Construction Contract Leads
No location provided
Category Goods
Type
No. of Lots 1
Status Active
Published 30th Jul 2025
Reference | ocds-h6vhtk-056974 |
Common Procurement Vocabulary | Marine patrol vessels |
Procurement Method | Open procedure |
Value | £200,000 |
No location provided
Category Goods
Type
No. of Lots 1
Status Active
Published 30th Jul 2025
Reference | ocds-h6vhtk-056974 |
Common Procurement Vocabulary | Marine patrol vessels |
Procurement Method | Open procedure |
Value | £200,000 |
Section I: Contracting authority
I.1) Name and addresses
Scottish Government
Victoria Quay
Edinburgh
EH6 6QQ
Contact
Marc Jones
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 26†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