Award

Overhaul of Generator Engine for MPV Jura

SCOTTISH GOVERNMENT

This public procurement record has 2 releases in its history.

Award

23 Dec 2025 at 10:28

Tender

04 Jul 2025 at 15:30

Summary of the contracting process

The Scottish Government, through its Marine Directorate, has completed the procurement process for the overhaul of the Volvo Penta TAMD165C generator engine aboard the vessel MPV Jura. The procurement, under the CPV code 50241100 for vessel repair services, concluded with the award to Royston Ltd on 25th October 2025. The procurement process was an open procedure covered by the GPA, and took place in the United Kingdom, with works intended to occur at a refit yard. The tender process began on 4th July 2025, and submissions closed by 4th August 2025. The contract stipulates a mandatory delivery window from 14th November to 5th December 2025, and it prioritizes not only technical competence but also factors such as staff competence and environmental management.

This tender presents growth opportunities for specialised marine service companies, particularly those with Volvo Penta-certified service engineers capable of executing comprehensive engine overhauls. Companies with strong technical teams, compliance with industry standards, and environmental management credentials are well-positioned to compete. The awarded service contract valued at GBP 43,397.10 demonstrates the lucrative potential for businesses within the marine service industry. Small and medium enterprises (SMEs), like Royston Ltd, who can provide necessary equipment, technical expertise, and a proven track record of efficient contract management, would find similar opportunities particularly attractive as they align with the procurement's quality and value criteria.

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

Overhaul of Generator Engine for MPV Jura

Notice Description

The Scottish Ministers, Marine Directorate invites tenders to undertake a full major overhaul of the Volvo Penta TAMD165C generator engine aboard the vessel MPV Jura.

Lot Information

Lot 1

The Scottish Ministers, Marine Directorate invites tenders to undertake a full major overhaul of the Volvo Penta TAMD165C generator engine aboard the vessel MPV Jura. The requirement of this contract is to provide parts and labour to complete a major overhaul of the generator engine. The tenderer shall provide experienced Volvo Penta-certified service engineers for on-site execution of all overhaul works.The tenderer shall supply all required genuine Volvo Penta spare parts or equivalent, cleaning materials, and chemical cleaners.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-055973
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/085697-2025
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

50 - Repair and maintenance services


CPV Codes

50000000 - Repair and maintenance services

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

50241100 - Vessel repair services

Notice Value(s)

Tender Value
£60,000 Under £100K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£43,397 Under £100K

Notice Dates

Publication Date
23 Dec 20252 months ago
Submission Deadline
4 Aug 2025Expired
Future Notice Date
Not specified
Award Date
24 Oct 20254 months ago
Contract Period
14 Nov 2025 - 5 Dec 2025 30 days
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
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
Not specified

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

Supplier Information

Number of Suppliers
1
Supplier Name

ROYSTON

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-055973-2025-12-23T10:28:36Z",
    "date": "2025-12-23T10:28:36Z",
    "ocid": "ocds-h6vhtk-055973",
    "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. (SC Ref:819341)",
    "initiationType": "tender",
    "tender": {
        "id": "CASE/693109",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Overhaul of Generator Engine for MPV Jura",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "50241100",
            "description": "Vessel repair services"
        },
        "mainProcurementCategory": "services",
        "description": "The Scottish Ministers, Marine Directorate invites tenders to undertake a full major overhaul of the Volvo Penta TAMD165C generator engine aboard the vessel MPV Jura.",
        "value": {
            "amount": 60000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Scottish Ministers, Marine Directorate invites tenders to undertake a full major overhaul of the Volvo Penta TAMD165C generator engine aboard the vessel MPV Jura. The requirement of this contract is to provide parts and labour to complete a major overhaul of the generator engine. The tenderer shall provide experienced Volvo Penta-certified service engineers for on-site execution of all overhaul works.The tenderer shall supply all required genuine Volvo Penta spare parts or equivalent, cleaning materials, and chemical cleaners.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Delivery of Requirements",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "name": "Staff Competence, Knowledge & Experience",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "name": "Contract Management",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Risk Management and Health & Safety",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Corporate & Social Responsibilities",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        },
                        {
                            "name": "Delivery of Requirements",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "name": "Staff Competence, Knowledge & Experience",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "name": "Contract Management",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Risk Management and Health & Safety",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Corporate & Social Responsibilities",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2025-11-14T00:00:00Z",
                    "endDate": "2025-12-05T23:59:59Z"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50240000",
                        "description": "Repair, maintenance and associated services related to marine and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "At refit yard which will be tendered for, as yet known."
                },
                "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 150,000 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 = 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. 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": "2025-08-04T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2025-08-04T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2025-08-04T12:00:00+01:00",
            "address": {
                "streetAddress": "Aberdeen"
            }
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "hasElectronicPayment": true
        }
    },
    "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",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.scotland.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482",
                "classifications": [
                    {
                        "id": "MINISTRY",
                        "scheme": "TED_CA_TYPE",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "id": "01",
                        "scheme": "COFOG",
                        "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"
            ]
        },
        {
            "id": "GB-FTS-104842",
            "name": "Royston Ltd",
            "identifier": {
                "legalName": "Royston Ltd"
            },
            "address": {
                "streetAddress": "Royston Ltd, Unit 3 Walker Riverside, Wincomblee Road",
                "locality": "Walker, Newcastle Upon Tyne",
                "region": "UKC",
                "postalCode": "NE6 3PF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 19129580012"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-92288",
        "name": "Scottish Government"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000802546"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000802546"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "085697-2025-CASE/693109-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-104842",
                    "name": "Royston Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "085697-2025-CASE/693109-1",
            "awardID": "085697-2025-CASE/693109-1",
            "status": "active",
            "value": {
                "amount": 43397.1,
                "currency": "GBP"
            },
            "dateSigned": "2025-10-25T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}