Notice Information
Notice Title
Profiling conductivity, temperature, depth instrument for use on board MRV Scotia
Notice Description
The Scottish Ministers have a requirement for the supply of a Temperature, Conductivity and Depth (CTD) instrument with associated oceanographic sensors. The Scottish Ministers wish for the provision of a CTD instrument and associated sensors for the accurate measurement of the characteristics of sea water for environmental monitoring to quantify and understand trends and variability in Scottish waters, as a result of natural variability and human activities, including climate change.
Lot Information
Lot 1
The Scottish Ministers have a requirement for the supply of a Temperature, Conductivity and Depth (CTD) instrument with associated oceanographic sensors. The Scottish Ministers wish for the provision of a CTD instrument and associated sensors for the accurate measurement of the characteristics of sea water for environmental monitoring to quantify and understand trends and variability in Scottish waters, as a result of natural variability and human activities, including climate change.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05eb92
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/078326-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
-
- CPV Codes
34930000 - Marine equipment
Notice Value(s)
- Tender Value
- £150,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 1 Dec 20252 months ago
- Submission Deadline
- 12 Jan 2026Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 4 Feb 2026 - 31 Mar 2026 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH GOVERNMENT
- Contact Name
- Not specified
- Contact Email
- brody.johnston@gov.scot
- Contact Phone
- +44 412425466
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
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-05eb92-2025-12-01T09:11:23Z",
"date": "2025-12-01T09:11:23Z",
"ocid": "ocds-h6vhtk-05eb92",
"description": "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=817166. 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:817166) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=817166",
"initiationType": "tender",
"tender": {
"id": "CASE/693111",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Profiling conductivity, temperature, depth instrument for use on board MRV Scotia",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "34930000",
"description": "Marine equipment"
},
"mainProcurementCategory": "goods",
"description": "The Scottish Ministers have a requirement for the supply of a Temperature, Conductivity and Depth (CTD) instrument with associated oceanographic sensors. The Scottish Ministers wish for the provision of a CTD instrument and associated sensors for the accurate measurement of the characteristics of sea water for environmental monitoring to quantify and understand trends and variability in Scottish waters, as a result of natural variability and human activities, including climate change.",
"value": {
"amount": 150000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Scottish Ministers have a requirement for the supply of a Temperature, Conductivity and Depth (CTD) instrument with associated oceanographic sensors. The Scottish Ministers wish for the provision of a CTD instrument and associated sensors for the accurate measurement of the characteristics of sea water for environmental monitoring to quantify and understand trends and variability in Scottish waters, as a result of natural variability and human activities, including climate change.",
"awardCriteria": {
"criteria": [
{
"name": "Understanding and Delivery of Requirements",
"type": "quality",
"description": "30%"
},
{
"name": "Staff Competence, Knowledge and Experience",
"type": "quality",
"description": "25%"
},
{
"name": "Contract Management",
"type": "quality",
"description": "15%"
},
{
"name": "Health & Safety & Risk Management",
"type": "quality",
"description": "15%"
},
{
"name": "Corporate & Social Responsibilities",
"type": "quality",
"description": "10%"
},
{
"name": "Fair Work First",
"type": "quality",
"description": "5%"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"startDate": "2026-02-04T00:00:00Z",
"endDate": "2026-03-31T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKM"
}
],
"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 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 = 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. 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": "2026-01-12T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2026-01-12T12:00:00Z"
},
"bidOpening": {
"date": "2026-01-12T12:00:00Z",
"address": {
"streetAddress": "East Lothian"
}
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-72395",
"name": "Scottish Government",
"identifier": {
"legalName": "Scottish Government"
},
"address": {
"streetAddress": "Victoria Quay, The Shore",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH6 6QQ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 412425466",
"email": "brody.johnston@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": [
{
"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-90564",
"name": "Sheriff Court House,",
"identifier": {
"legalName": "Sheriff Court House,"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-72395",
"name": "Scottish Government"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000817166"
}
],
"language": "en"
}