Tender

Purchase & Installation of Inshore Vessel Monitoring Systems (I-VMS) on Fishing Vessels and Data Collection Services

SCOTTISH GOVERNMENT

This public procurement record has 2 releases in its history.

TenderUpdate

12 Feb 2025 at 13:34

Tender

14 Jan 2025 at 09:21

Summary of the contracting process

The Scottish Government's Marine Directorate is inviting tenders for the purchase and installation of Inshore Vessel Monitoring Systems (I-VMS) on fishing vessels, along with data collection services. This procurement, classified under the 'Closed circuit television services' CPV code 92222000, focuses on providing a robust, proportionate, and low-cost I-VMS solution capable of integrating sensors and cameras. The project targets approximately 1,700 Scottish under 12-metre fishing vessels, including those with limited space and power supply. The tender, currently in the 'active' stage, has a contract period from 31 March 2025 to 31 March 2030. Key deadlines include a recent amendment that extends the submission deadline to 14 February 2025 due to intermittent faults on the Public Contracts Scotland (PCS) website.

This tender presents significant opportunities for businesses specialising in marine equipment, sensor integration, and data services. Companies with experience in closed circuit television services, installation of special-purpose machinery, and data collection are well-suited to compete. The contract's requirements for detailed project management, risk assessment, and environmental measures make it an ideal opportunity for businesses with strong technical capabilities and a commitment to quality management practices. With a contract value of £1,000,000 and a five-year period, suppliers can leverage this opportunity to establish a long-term collaboration with the Scottish Government and enhance their portfolio in the public sector.

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

Purchase & Installation of Inshore Vessel Monitoring Systems (I-VMS) on Fishing Vessels and Data Collection Services

Notice Description

1.1 The Scottish Government, Marine Directorate invites tenders for a robust, proportionate and low-cost I-VMS solution, with capability to integrate sensors and/or cameras, to be installed on all Scottish under 12 metre fishing vessels, including vessels with a lack of space, primary power supply and/or wheelhouse.

Lot Information

Lot 1

The Scottish Government, Marine Directorate invites tenders for a robust, proportionate and low-cost I-VMS solution, with capability to integrate sensors and/or cameras, to be installed on all Scottish under 12 metre fishing vessels, including vessels with a lack of space, primary power supply and/or wheelhouse. There are approximately 1,700 Scottish registered under 12 metre fishing vessels. Each device requires an annual data plan and must capture and record vessel geo spatial information, speed and course of travel. Positional reports generated by the I-VMS device must be transmitted using the mobile phone network e.g., GPRS/GSM, non-satellite communication services in accordance with national reporting requirements.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04cfbb
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/004736-2025
Current Stage
Tender
All Stages
Tender

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
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment

51 - Installation services (except software)

72 - IT services: consulting, software development, Internet and support

77 - Agricultural, forestry, horticultural, aquacultural and apicultural services

92 - Recreational, cultural and sporting services


CPV Codes

32330000 - Apparatus for sound, video-recording and reproduction

51540000 - Installation services of special-purpose machinery and equipment

72314000 - Data collection and collation services

77700000 - Services incidental to fishing

92222000 - Closed circuit television services

Notice Value(s)

Tender Value
£1,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
12 Feb 20251 years ago
Submission Deadline
13 Feb 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Mar 2025 - 31 Mar 2030 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SCOTTISH GOVERNMENT
Contact Name
Bob McLeod
Contact Email
bob.mcleod@gov.scot
Contact Phone
+44 1312442500

Buyer Location

Locality
ABERDEEN
Postcode
AB11 9DB
Post Town
Aberdeen
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM5 North Eastern Scotland
Small Region (ITL 3)
TLM50 Aberdeen City and Aberdeenshire
Delivery Location
TLM Scotland

Local Authority
Aberdeen City
Electoral Ward
Torry/Ferryhill
Westminster Constituency
Aberdeen South

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-04cfbb-2025-02-12T13:34:12Z",
    "date": "2025-02-12T13:34:12Z",
    "ocid": "ocds-h6vhtk-04cfbb",
    "description": "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. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=538689. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=787675. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (SC Ref:787675) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=787675",
    "initiationType": "tender",
    "tender": {
        "id": "CASE/693111",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Purchase & Installation of Inshore Vessel Monitoring Systems (I-VMS) on Fishing Vessels and Data Collection Services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "92222000",
            "description": "Closed circuit television services"
        },
        "mainProcurementCategory": "services",
        "description": "1.1 The Scottish Government, Marine Directorate invites tenders for a robust, proportionate and low-cost I-VMS solution, with capability to integrate sensors and/or cameras, to be installed on all Scottish under 12 metre fishing vessels, including vessels with a lack of space, primary power supply and/or wheelhouse.",
        "value": {
            "amount": 1000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Scottish Government, Marine Directorate invites tenders for a robust, proportionate and low-cost I-VMS solution, with capability to integrate sensors and/or cameras, to be installed on all Scottish under 12 metre fishing vessels, including vessels with a lack of space, primary power supply and/or wheelhouse. There are approximately 1,700 Scottish registered under 12 metre fishing vessels. Each device requires an annual data plan and must capture and record vessel geo spatial information, speed and course of travel. Positional reports generated by the I-VMS device must be transmitted using the mobile phone network e.g., GPRS/GSM, non-satellite communication services in accordance with national reporting requirements.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Delivery of Requirements",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "name": "Installation & Support",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "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": "2025-03-31T00:00:00+01:00",
                    "endDate": "2030-03-31T23:59:59+01:00"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32330000",
                        "description": "Apparatus for sound, video-recording and reproduction"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77700000",
                        "description": "Services incidental to fishing"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51540000",
                        "description": "Installation services of special-purpose machinery and equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72314000",
                        "description": "Data collection and collation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "deliveryLocation": {
                    "description": "Provision and Installation of equipment on fishing vessels based around Scottish Coastline"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "a) A review of the minimum specific yearly turnover over last two years. b) Appropriate insurance levels as stipulated in 4B.5. c) Demonstration of a Current Ratio of greater than 0.8. d) A Net Profit greater than zero within the two year cycle.",
                    "minimum": "4B2a: Bidders will be required to have a minimum \"specific\" yearly turnover of 250,000 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 SPD (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 = 1 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. Bidders must demonstrate a Net Profit greater than zero within two year cycle. 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": "a) Recent examples demonstrating relevant experience to deliver goods or services. b) Details of staffing resources and facilities available. c) Details of technical facilities. d) Environmental Management e) Technical equipment, tools and plant f) Subcontracting.",
                    "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, staff resources or technical bodies the bidder can call upon in relation to this procurement exercise. 4C3b: Bidders will be required to provide details of the technical facilities. 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. For desk based activities, this may also relate to IT capability. 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": "2025-02-13T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2025-02-13T12:00:00Z"
        },
        "bidOpening": {
            "date": "2025-02-13T12:00:00Z",
            "address": {
                "streetAddress": "Aberdeen"
            }
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "hasElectronicPayment": true
        },
        "amendments": [
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2025-02-13T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2025-02-14T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2025-02-13T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2025-02-14T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ],
                "description": "We are aware of intermittent faults on the PCS website, so I have extended the tendering deadline for a further 24 hrs in the hope that these faults can be dealt with by that time. We will continue to monitor the situation."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-92288",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "Marine Directorate, Marine Laboratory, 375 Victoria Road, Torry",
                "locality": "Aberdeen",
                "region": "UKM",
                "postalCode": "AB11 9DB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Bob McLeod",
                "telephone": "+44 1312442500",
                "email": "bob.mcleod@gov.scot",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "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-324",
            "name": "Sheriff Court House",
            "identifier": {
                "legalName": "Sheriff Court House"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1312252525"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-92288",
        "name": "Scottish Government"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000787675"
        }
    ],
    "language": "en"
}