Award

Maintenance & Repair of Navigational and Communication Equipment

SCOTTISH GOVERNMENT

This public procurement record has 2 releases in its history.

Award

27 Jun 2024 at 14:04

Tender

21 Jun 2023 at 14:30

Summary of the contracting process

The Scottish Ministers, through Marine Scotland, are seeking a supplier to provide maintenance and repair services for navigational and communication equipment on patrol and research vessels. The procurement is categorised under marine equipment services and involves planned and unplanned maintenance, with key quality criteria including understanding of requirements, staff competence, and risk management. The procurement process is in the award stage, with Mackay Marine UK Ltd currently holding an active contract valued at £127,569.85 signed on 26th October 2023. The procurement method is an open procedure, and the tender is associated with the Marine Scotland department of the Scottish Government located in Edinburgh, United Kingdom.

This tender for maintenance and repair services of marine equipment offers opportunities for businesses in the repair and maintenance sector related to ships and navigation equipment. Suitable businesses with experience in marine equipment maintenance may compete by demonstrating their technical capabilities, quality management procedures, and financial stability. The contract has a submission deadline set for 21st July 2023, with provision for an optional 12-month extension. Bidders must comply with specified economic and technical criteria, including minimum turnover requirements, insurance obligations, and details of technical facilities and quality measures. The procurement aims to ensure the availability of high-quality maintenance services for the Scottish government's marine vessels, providing a growth opportunity for qualified and capable suppliers.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Maintenance & Repair of Navigational and Communication Equipment

Notice Description

The Scottish Ministers, acting through Marine Scotland are looking to engage a supplier to provide the planned maintenance, call out repair and unplanned maintenance of its navigational and communication equipment on board the patrol and research vessels in operation

Lot Information

Lot 1

Marine Scotland require planned and unplanned maintenance and call out repair of its navigational and communication equipment as detailed.

Renewal: Optional 12 month extension available.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03d84f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019694-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

50 - Repair and maintenance services


CPV Codes

34933000 - Navigation equipment

50240000 - Repair, maintenance and associated services related to marine and other equipment

50241000 - Repair and maintenance services of ships

Notice Value(s)

Tender Value
£140,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£127,569 £100K-£500K

Notice Dates

Publication Date
27 Jun 20241 years ago
Submission Deadline
21 Jul 2023Expired
Future Notice Date
Not specified
Award Date
25 Oct 20232 years ago
Contract Period
17 Sep 2023 - 17 Sep 2025 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SCOTTISH GOVERNMENT
Contact Name
Brody Smith
Contact Email
brody.smith@gov.scot
Contact Phone
+44 1412444000

Buyer Location

Locality
EDINBURGH
Postcode
EH6 6QQ
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
TLM Scotland

Local Authority
City of Edinburgh
Electoral Ward
Leith
Westminster Constituency
Edinburgh North and Leith

Supplier Information

Number of Suppliers
1
Supplier Name

MACKAY MARINE

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03d84f-2024-06-27T15:04:15+01:00",
    "date": "2024-06-27T15:04:15+01:00",
    "ocid": "ocds-h6vhtk-03d84f",
    "description": "SPD will be scored on a pass/fail basis. Question scoring methodology for Award Criteria outlined in Invitation to Tender. 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 1 - Poor. Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 2 - Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full. (SC Ref:770760)",
    "initiationType": "tender",
    "tender": {
        "id": "CASE/216380",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Maintenance & Repair of Navigational and Communication Equipment",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "50240000",
            "description": "Repair, maintenance and associated services related to marine and other equipment"
        },
        "mainProcurementCategory": "services",
        "description": "The Scottish Ministers, acting through Marine Scotland are looking to engage a supplier to provide the planned maintenance, call out repair and unplanned maintenance of its navigational and communication equipment on board the patrol and research vessels in operation",
        "value": {
            "amount": 140000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Marine Scotland require planned and unplanned maintenance and call out repair of its navigational and communication equipment as detailed.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Understanding and Delivery of Requirements",
                            "type": "quality",
                            "description": "35%"
                        },
                        {
                            "name": "Staff Competence, Knowledge and Experience",
                            "type": "quality",
                            "description": "25%"
                        },
                        {
                            "name": "Contract Management",
                            "type": "quality",
                            "description": "15%"
                        },
                        {
                            "name": "Risk, Quality Assurance and Health & Safety",
                            "type": "quality",
                            "description": "15%"
                        },
                        {
                            "name": "Corporate & Social Responsibilities",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2023-09-18T00:00:00+01:00",
                    "endDate": "2025-09-17T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Optional 12 month extension available."
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50241000",
                        "description": "Repair and maintenance services of ships"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34933000",
                        "description": "Navigation equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "deliveryLocation": {
                    "description": "Supplier will be expected to be able to provide services at any port or dry dock within the UK throughout contract lifetime"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "This section covers questions 4B1-6 of the SPD (Scotland).",
                    "minimum": "4B1a: Bidders will be required to have a minimum \"specific\" yearly turnover of 200,000 GBP for the last two years. In the event that the Bidder does not comply with this requirement, they will not be considered any further in this tendering exercise. As evidence for the ESPD (Scotland) question 4B1a, the Procurement Officer may ask for annual accounts from the bidder. 4B5: It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below: Employers (Compulsory) Liability Insurance = In accordance with the legal obligation for the time being enforced. Public Liability Insurance = 5 Million GBP 4B6: Bidders must demonstrate a Current Ratio of greater than 0.8. Current Ratio will be calculated as follows: net current assets divided by net current liabilities. Please state whether you have applied IFRS15 to your accounts. There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Details of technical facilities, measures for ensuring quality and quality management procedures.",
                    "minimum": "4C1.2: Bidders will be required to provide three examples over the last five years that demonstrate that they have the relevant experience to deliver the services/supplies as described in the Contract Notice or the relevant section of the site notice. 4C2: Bidders will be required to provide details of the technicians or technical bodies the bidder can call upon in relation to this procurement exercise. 4C3a: Bidders will be required to provide details of the technical facilities and measures for ensuring quality. 4C4: Bidders are required to provide a statement of the relevant supply chain management and/or tracking systems used. 4C5. Bidder will be requested to provide an opportunity for the bidder to check on technical capacity of the bidder and on their quality measures. 4C7: Bidders will be required to confirm what environmental management measures they will employ. 4C9: Bidders should provide details of relevant tools, plant or technical equipment available to you in relation to this procurement exercise. 4C10: Bidders will be required to confirm that whether they intend to subcontract and if so, for what proportion of the contract. Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). OR 2. The bidder must have the following: A documented policy regarding quality management. The policy must set out the responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-07-21T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2023-07-21T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2023-07-21T12:00:00+01:00",
            "address": {
                "streetAddress": "Edinburgh"
            }
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-85730",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "Area 1B Victoria Quay, The Shore",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH6 6QQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Brody Smith",
                "telephone": "+44 1412444000",
                "email": "brody.smith@gov.scot",
                "url": "https://www.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.scotland.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-4103",
            "name": "Sheriff Court House,",
            "identifier": {
                "legalName": "Sheriff Court House,"
            },
            "address": {
                "streetAddress": "27 Chambers Street,",
                "locality": "Edinburgh,",
                "postalCode": "EH1 1LB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-117047",
            "name": "Mackay Marine UK Ltd",
            "identifier": {
                "legalName": "Mackay Marine UK Ltd"
            },
            "address": {
                "streetAddress": "Unit B3 Mill Court, Spindle Way",
                "locality": "Crawley",
                "region": "UKJ28",
                "postalCode": "RH10 1TT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 07887604540"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-85730",
        "name": "Scottish Government"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000736213"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "019694-2024-CASE/324297-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-117047",
                    "name": "Mackay Marine UK Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "019694-2024-CASE/324297-1",
            "awardID": "019694-2024-CASE/324297-1",
            "status": "active",
            "value": {
                "amount": 127569.85,
                "currency": "GBP"
            },
            "dateSigned": "2023-10-26T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}