ذكذكتسئµ

Construction Tenders

01 August 2025

Related Information

Construction Contract Leads

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 30th Jul 2025

Tender Details
Referenceocds-h6vhtk-056974
Common Procurement VocabularyMarine patrol vessels
Procurement MethodOpen procedure
Value£200,000
« Previous Page

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 30th Jul 2025

Tender Details
Referenceocds-h6vhtk-056974
Common Procurement VocabularyMarine patrol vessels
Procurement MethodOpen procedure
Value£200,000

Section I: Contracting authority

I.1) Name and addresses

Scottish Government

Victoria Quay

Edinburgh

EH6 6QQ

Contact

Marc Jones

Email

marc.jones [at] gov.scot

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-Compliance-Marine Operations-RADAR replacement

Reference number

788774

II.1.2) Main CPV code

  • 34511100 - Marine patrol vessels

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Scottish Ministers, acting through Marine Directorate are looking to engage a supplier to provide the replacement of the Sperry Bridge Master E RADARS onboard the vessels MPV Minna, MPV Jura and MPV Hirta.

Marine Directorate, a directorate of the Scottish Government, manages Scotland's seas and freshwater fisheries and require RADARS both X-Band and S-Band onboard their vessels to ensure the safety of the vessel and remain compliant all Flag and Class national and International statutory requirements, regulations and standards.

II.1.5) Estimated total value

Value excluding VAT: آ£200,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 34511100 - Marine patrol vessels
  • 34930000 - Marine equipment
  • 35722000 - Radar
  • 38115000 - Radar apparatus
  • 45244100 - Marine installations

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

The Scottish Ministers, acting through Marine Directorate are looking to engage a supplier to provide the replacement of the Sperry Bridge Master E RADARS onboard the vessels MPV Minna, MPV Jura and MPV Hirta.

Marine Directorate, a directorate of the Scottish Government, manages Scotland's seas and freshwater fisheries and require RADARS both X-Band and S-Band onboard their vessels to ensure the safety of the vessel and remain compliant all Flag and Class national and International statutory requirements, regulations and standards.

It is crucial that all the replacement work is completed within the required timescales and with appropriate replacement parts to ensure the vessels remain compliant with all national and International statutory requirements, regulations and standards relevant to the vessel to prevent/minimise downtime.

Marine Directorate require the replacement of 6 Bridge Master E RADARS.

Marine Directorate require the supplier to provide, install and commission replacements for all 6 RADARS listed, 3 S-Band and 3 X-Band, one of each on each vessel as above. The replacement RADARS must interlink seamlessly with the equipment already onboard, GPS (Global Positioning System), AIS (Automatic Identification System), BNWAS (Bridge Navigational Watch Alert System), Gyro Compass, Speed log, wind and echosounder and be approved to ensure the vessels stay within class and flag requirements.

The RADAR system should include fully networked architecture, Fully CAT1 and CAT2 type approved and integrate with screen size 26â€‌ with ECDIS overlay.

As well as the above the RADAR should have complete ARPA (Automatic Radar Plotting Aid) functionality with integrated NAVTEX (Navigational Telex) and be capable of displaying over 600 AIS targets.

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

12

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


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

Minimum Insurance Levels

Minimum level(s) of standards possibly required

Minimum Insurance Levels (in GBP):

- Public Liability - 5,000,000 (FIVE MILLION)

- Professional Risk Indemnity - 2,000,000 (TWO MILLION)

- Employer’s (Compulsory) Liability - 10,000,000 (TEN MILLION)

- Product Liability - 5,000,000 (FIVE MILLION)

III.1.3) Technical and professional ability

List and brief description of selection criteria

Supply Chain Management/Tracking Systems Used.

Proportion (%) to be Sub-Contracted.

Minimum level(s) of standards possibly required

Supply Chain Management/Tracking Systems Used: If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.

Proportion (%) to be Sub-Contracted: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.


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

1 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

1 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 ordering will be used

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 29831. For more information see:

(SC Ref:805812)

VI.4) Procedures for review

VI.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom