Award

Profiling conductivity, temperature, depth instrument for use on board MRV Scotia

SCOTTISH GOVERNMENT

This public procurement record has 2 releases in its history.

Award

03 Apr 2026 at 08:02

Tender

01 Dec 2025 at 09:11

Summary of the contracting process

The procurement process led by the Scottish Government is for the supply of a Temperature, Conductivity and Depth (CTD) instrument for use on board the MRV Scotia, categorised under marine equipment. The process is currently in the tender stage, with the tender marked as active, and is utilising an open procedure for procurement. The main procurement category is goods, specifically aimed at environmental monitoring in Scottish waters. The deadline for submitting tenders is set for 12th January 2026, and submissions must be made electronically through the specified Public Contracts Scotland platform. The procurement is underpinned by the legal framework 32014L0024, and the contract will run from 4th February 2026 to 31st March 2026 in the UKM region, with a contract value estimated at £150,000.

This tender offers a valuable business growth opportunity for companies specialising in oceanographic instruments and environmental monitoring. Suitable contenders would be businesses with proven expertise in marine equipment, those with the capacity for innovative solutions, and companies capable of providing the detailed technical facilities and quality management required. To qualify, bidders must demonstrate past experience in similar projects and possess the necessary economic and technical capabilities. With a focus on quality criteria such as delivery of requirements and staff competence, along with price competitiveness, businesses that align with these objectives stand a strong chance to engage and expand their market foothold through this contract.

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

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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05eb92
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/031186-2026
Current Stage
Award
All Stages
Tender, Award

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
3 Apr 20263 weeks ago
Submission Deadline
12 Jan 2026Expired
Future Notice Date
Not specified
Award Date
3 Apr 20263 weeks ago
Contract Period
4 Feb 2026 - 31 Mar 2026 1-6 months
Recurrence
Not specified

Notice Status

Tender Status
Unsuccessful
Lots Status
Cancelled
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SCOTTISH GOVERNMENT
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

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-05eb92-2026-04-03T09:02:50+01:00",
    "date": "2026-04-03T09:02:50+01:00",
    "ocid": "ocds-h6vhtk-05eb92",
    "description": "(SC Ref:828547)",
    "initiationType": "tender",
    "tender": {
        "id": "CASE/693111",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Profiling conductivity, temperature, depth instrument for use on board MRV Scotia",
        "status": "unsuccessful",
        "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"
                        },
                        {
                            "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": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "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"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000817166"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "031186-2026-CASE/693111-1",
            "relatedLots": [
                "1"
            ],
            "status": "unsuccessful",
            "statusDetails": "unsuccessful"
        }
    ]
}