Award

Maintenance of Integrated Platform Management System (IPMS) on MPV Jura, Minna, Hirta

SCOTTISH GOVERNMENT

This public procurement record has 2 releases in its history.

Summary of the contracting process

The Scottish Government has awarded a contract titled "Maintenance of Integrated Platform Management System (IPMS) on MPV Jura, Minna, Hirta" to Control Room Solutions. The procurement process was completed on 31st May 2023. The contract falls under the services category and involves the maintenance of an IPMS system on vessels docking in Aberdeen or Leith. The procurement method used was an open procedure, and the award value is GBP 66,330.03.

This tender presents an opportunity for businesses, especially SMEs involved in technology maintenance and maritime services, to compete for a contract with the Scottish Government. The maintenance of the IPMS system requires expertise in electronics, software, and contractual relationships with Rolls-Royce. Suppliers interested in this opportunity need to demonstrate their technical capabilities, quality management procedures, and compliance with specific financial and insurance criteria outlined in the tender documentation.

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 of Integrated Platform Management System (IPMS) on MPV Jura, Minna, Hirta

Notice Description

The current Integrated Platform Management System (IPMS) is based on a computerised system dating back to 2013 in the case of the MPV Minna, 2014 in the case of MPV Jura and 2015 in the case of the MPV Hirta. The system employed uses Moxa Marine PC's (three per ship), two hard-wired to each other forming dual-redundant work stations in the machinery control room (mcr), linked by a fibre-optic ring main to 9 off Input/Output (I/O) plates, and a third PC in the engine room workshop as a remote workstation. Due to the increasing age of the system, there have been several failures on the input/output plates, and their attendant power supplies. It should be noted that the current IPMS uses proprietary software belonging to Rolls-Royce. In order to facilitate an upgrade, bidders will have to demonstrate a suitable contractual relationship with Rolls-Royce is in place to ensure completion of this task.

Lot Information

Lot 1

The current Integrated Platform Management System (IPMS) is based on a computerised system dating back to 2013 in the case of the MPV Minna, 2014 in the case of MPV Jura and 2015 in the case of the MPV Hirta. The system employed uses Moxa Marine PC's (three per ship), two hard-wired to each other forming dual-redundant work stations in the machinery control room (mcr), linked by a fibre-optic ring main to 9 off Input/Output (I/O) plates, and a third PC in the engine room workshop as a remote workstation. Due to the increasing age of the system, there have been several failures on the input/output plates, and their attendant power supplies. It should be noted that the current IPMS uses proprietary software belonging to Rolls-Royce. In order to facilitate an upgrade, bidders will have to demonstrate a suitable contractual relationship with Rolls-Royce is in place to ensure completion of this task.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000718061
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN480488
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
PCS Notice - Website Contract Award 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

50241000 - Repair and maintenance services of ships

50241100 - Vessel repair services

Notice Value(s)

Tender Value
£64,000 Under £100K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£66,330 Under £100K

Notice Dates

Publication Date
7 Jun 20232 years ago
Submission Deadline
30 Jan 2023Expired
Future Notice Date
Not specified
Award Date
31 May 20232 years ago
Contract Period
13 Mar 2023 - 31 Dec 2024 1-2 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SCOTTISH GOVERNMENT
Contact Name
Bob McLeod
Contact Email
bob.mcleod@gov.scot, jenny.lochhead@gov.scot
Contact Phone
+44 1312443567, +44 1312448132

Buyer Location

Locality
ABERDEEN
Postcode
AB11 9DB
Post Town
Aberdeen
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

CONTROL ROOM SOLUTIONS

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC467806&idx=2
    29th December 2022 - Schedule 14 - SG Model Services terms and conditions
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC467806
    Maintenance of Integrated Platform Management System (IPMS) on MPV Jura, Minna, Hirta - The current Integrated Platform Management System (IPMS) is based on a computerised system dating back to 2013 in the case of the MPV Minna, 2014 in the case of MPV Jura and 2015 in the case of the MPV Hirta. The system employed uses Moxa Marine PC's (three per ship), two hard-wired to each other forming dual-redundant work stations in the machinery control room (mcr), linked by a fibre-optic ring main to 9 off Input/Output (I/O) plates, and a third PC in the engine room workshop as a remote workstation. Due to the increasing age of the system, there have been several failures on the input/output plates, and their attendant power supplies. It should be noted that the current IPMS uses proprietary software belonging to Rolls-Royce. In order to facilitate an upgrade, bidders will have to demonstrate a suitable contractual relationship with Rolls-Royce is in place to ensure completion of this task.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN480488
    Maintenance of Integrated Platform Management System (IPMS) on MPV Jura, Minna, Hirta - The current Integrated Platform Management System (IPMS) is based on a computerised system dating back to 2013 in the case of the MPV Minna, 2014 in the case of MPV Jura and 2015 in the case of the MPV Hirta. The system employed uses Moxa Marine PC's (three per ship), two hard-wired to each other forming dual-redundant work stations in the machinery control room (mcr), linked by a fibre-optic ring main to 9 off Input/Output (I/O) plates, and a third PC in the engine room workshop as a remote workstation. Due to the increasing age of the system, there have been several failures on the input/output plates, and their attendant power supplies. It should be noted that the current IPMS uses proprietary software belonging to Rolls-Royce. In order to facilitate an upgrade, bidders will have to demonstrate a suitable contractual relationship with Rolls-Royce is in place to ensure completion of this task.

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-r6ebe6-0000718061-2023-06-07T00:00:00Z",
    "date": "2023-06-07T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000718061",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-1",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "Marine Scotland, Marine Laboratory, 375 Victoria Road, Torry",
                "locality": "Aberdeen",
                "region": "UKM",
                "postalCode": "AB11 9DB"
            },
            "contactPoint": {
                "name": "Bob McLeod",
                "email": "bob.mcleod@gov.scot",
                "telephone": "+44 1312443567",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "mediationBody",
                "reviewContactPoint"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.scotland.gov.uk"
            }
        },
        {
            "id": "org-2",
            "name": "Sheriff Court House",
            "identifier": {
                "legalName": "Sheriff Court House"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-80",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "Victoria Quay,",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH6 6QQ"
            },
            "contactPoint": {
                "email": "jenny.lochhead@gov.scot",
                "telephone": "+44 1312448132",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "05",
                        "description": "Environmental protection",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    }
                ],
                "url": "http://www.scotland.gov.uk"
            }
        },
        {
            "id": "org-511",
            "name": "Control Room Solutions",
            "identifier": {
                "legalName": "Control Room Solutions"
            },
            "address": {
                "streetAddress": "Building 37, Broad Oak Works, Airport Service Road",
                "locality": "Portsmouth",
                "region": "UKJ31",
                "postalCode": "PO3 5PQ"
            },
            "contactPoint": {
                "telephone": "+44 2394380099"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-260",
            "name": "Sheriff Court House",
            "identifier": {
                "legalName": "Sheriff Court House"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody",
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Government",
        "id": "org-80"
    },
    "tender": {
        "id": "CASE/208608",
        "title": "Maintenance of Integrated Platform Management System (IPMS) on MPV Jura, Minna, Hirta",
        "description": "The current Integrated Platform Management System (IPMS) is based on a computerised system dating back to 2013 in the case of the MPV Minna, 2014 in the case of MPV Jura and 2015 in the case of the MPV Hirta. The system employed uses Moxa Marine PC's (three per ship), two hard-wired to each other forming dual-redundant work stations in the machinery control room (mcr), linked by a fibre-optic ring main to 9 off Input/Output (I/O) plates, and a third PC in the engine room workshop as a remote workstation. Due to the increasing age of the system, there have been several failures on the input/output plates, and their attendant power supplies. It should be noted that the current IPMS uses proprietary software belonging to Rolls-Royce. In order to facilitate an upgrade, bidders will have to demonstrate a suitable contractual relationship with Rolls-Royce is in place to ensure completion of this task.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "50241000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50240000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "At vessel docking port in Aberdeen or Leith"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 64000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2023-01-30T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2023-01-30T12:00:00Z"
        },
        "documents": [
            {
                "id": "DEC467806",
                "documentType": "contractNotice",
                "title": "Maintenance of Integrated Platform Management System (IPMS) on MPV Jura, Minna, Hirta",
                "description": "The current Integrated Platform Management System (IPMS) is based on a computerised system dating back to 2013 in the case of the MPV Minna, 2014 in the case of MPV Jura and 2015 in the case of the MPV Hirta. The system employed uses Moxa Marine PC's (three per ship), two hard-wired to each other forming dual-redundant work stations in the machinery control room (mcr), linked by a fibre-optic ring main to 9 off Input/Output (I/O) plates, and a third PC in the engine room workshop as a remote workstation. Due to the increasing age of the system, there have been several failures on the input/output plates, and their attendant power supplies. It should be noted that the current IPMS uses proprietary software belonging to Rolls-Royce. In order to facilitate an upgrade, bidders will have to demonstrate a suitable contractual relationship with Rolls-Royce is in place to ensure completion of this task.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC467806",
                "format": "text/html"
            },
            {
                "id": "DEC467806-1",
                "title": "Invitation to Tender",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC467806&idx=1",
                "datePublished": "2022-12-29T16:06:33Z",
                "dateModified": "2022-12-29T16:06:33Z",
                "format": "application/msword"
            },
            {
                "id": "DEC467806-2",
                "title": "Schedule 14 - SG Model Services terms and conditions",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC467806&idx=2",
                "datePublished": "2022-12-29T16:06:33Z",
                "dateModified": "2022-12-29T16:06:33Z",
                "format": "application/msword"
            },
            {
                "id": "JUN480488",
                "documentType": "awardNotice",
                "title": "Maintenance of Integrated Platform Management System (IPMS) on MPV Jura, Minna, Hirta",
                "description": "The current Integrated Platform Management System (IPMS) is based on a computerised system dating back to 2013 in the case of the MPV Minna, 2014 in the case of MPV Jura and 2015 in the case of the MPV Hirta. The system employed uses Moxa Marine PC's (three per ship), two hard-wired to each other forming dual-redundant work stations in the machinery control room (mcr), linked by a fibre-optic ring main to 9 off Input/Output (I/O) plates, and a third PC in the engine room workshop as a remote workstation. Due to the increasing age of the system, there have been several failures on the input/output plates, and their attendant power supplies. It should be noted that the current IPMS uses proprietary software belonging to Rolls-Royce. In order to facilitate an upgrade, bidders will have to demonstrate a suitable contractual relationship with Rolls-Royce is in place to ensure completion of this task.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN480488",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The current Integrated Platform Management System (IPMS) is based on a computerised system dating back to 2013 in the case of the MPV Minna, 2014 in the case of MPV Jura and 2015 in the case of the MPV Hirta. The system employed uses Moxa Marine PC's (three per ship), two hard-wired to each other forming dual-redundant work stations in the machinery control room (mcr), linked by a fibre-optic ring main to 9 off Input/Output (I/O) plates, and a third PC in the engine room workshop as a remote workstation. Due to the increasing age of the system, there have been several failures on the input/output plates, and their attendant power supplies. It should be noted that the current IPMS uses proprietary software belonging to Rolls-Royce. In order to facilitate an upgrade, bidders will have to demonstrate a suitable contractual relationship with Rolls-Royce is in place to ensure completion of this task.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "contractPeriod": {
                    "startDate": "2023-03-13T00:00:00Z",
                    "endDate": "2024-12-31T00:00:00Z"
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2023-01-30T12:00:00Z",
            "address": {
                "streetAddress": "Aberdeen"
            }
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "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 330,000 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."
                },
                {
                    "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."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "50241100",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "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. 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:734686)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000718061"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000718061"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "CASE/208608",
            "suppliers": [
                {
                    "id": "org-511",
                    "name": "Control Room Solutions"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "CASE/208608",
            "awardID": "CASE/208608",
            "status": "active",
            "value": {
                "amount": 66330.03,
                "currency": "GBP"
            },
            "dateSigned": "2023-05-31T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1735",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "1736",
                "measure": "smeBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "1737",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1738",
                "measure": "foreignBidsFromNonEU",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "1739",
                "measure": "electronicBids",
                "value": 2,
                "relatedLot": "1"
            }
        ]
    }
}