Construction Contract Leads
No location provided
Category Goods
Type
No. of Lots 1
Status Active
Published 23rd Jul 2025
Reference | ocds-h6vhtk-056462 |
Common Procurement Vocabulary | Marine patrol vessels |
Procurement Method | Open procedure |
Value | £345,000 |
No location provided
Category Goods
Type
No. of Lots 1
Status Active
Published 23rd Jul 2025
Reference | ocds-h6vhtk-056462 |
Common Procurement Vocabulary | Marine patrol vessels |
Procurement Method | Open procedure |
Value | £345,000 |
Section I: Contracting authority
I.1) Name and addresses
Scottish Government
Victoria Quay
Edinburgh
EH6 6QQ
Contact
michael brydon
michael.brydon [at] gov.scot
Telephone
+44 1312443619
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.4) Type of the contracting authority
Ministry or any other national or federal authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
DMARINE - Vessel Monitoring and Alarm System for MRV Scotia
Reference number
789123
II.1.2) Main CPV code
- 34511100 - Marine patrol vessels
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Scottish Government has a requirement to place a contract with an external service provider for the replacement of a vessel monitoring and alarm system. MRV Scotia is currently fitted the G-MOWS (General Monitoring and Warning System) is an advanced ship automation system used for real-time monitoring, alarm management, and control of essential shipboard functions. It is designed to enhance safety, efficiency, and operational oversight by providing a centralised interface for monitoring various onboard systems.
II.1.5) Estimated total value
Value excluding VAT: آ£345,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 50240000 - Repair, maintenance and associated services related to marine and other equipment
- 50241000 - Repair and maintenance services of ships
- 50000000 - Repair and maintenance services
II.2.3) Place of performance
NUTS codes
- UKM - Scotland
II.2.4) Description of the procurement
The Scottish Government has a requirement to place a contract with an external service provider for the replacement of a vessel monitoring and alarm system. MRV Scotia is currently fitted the G-MOWS (General Monitoring and Warning System) is an advanced ship automation system used for real-time monitoring, alarm management, and control of essential shipboard functions. It is designed to enhance safety, efficiency, and operational oversight by providing a centralised interface for monitoring various onboard systems.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts Scotland.
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria
Financial Ratios
Insurance Levels
Minimum level(s) of standards possibly required
Financial Ratios - Bidders must demonstrate a Current Ratio of no less than 1.0 Current Ratio will be calculated as follows: Net current assets divided by net current liabilities.
Insurance Levels - Bidders must hold
- Employer's (Compulsory) Liability Insurance = 5 000 000 GBP.
- Public Liability Insurance = 5 000 000 GBP
- Professional Indemnity Insurance = 5 000 000 GBP
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
4 September 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
4 September 2025
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29745. For more information see:
(SC Ref:804884)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sherriff Court
27 Chambers Street
Edinurgh
EH1 1LB
Country
United Kingdom