Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scottish Government
Area 1B, Victoria Quay, The Shore
Edinburgh
EH6 6QQ
UK
Telephone: +44 1312444000
E-mail: brody.johnston@gov.scot
NUTS: UKM
Internet address(es)
Main address: http://www.scotland.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
I.2) 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:
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk/
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Replacement Rigid Inflatable Boats
Reference number: CASE/693111
II.1.2) Main CPV code
34930000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Scottish Government, through Marine Directorate, invites tenders for a contract for the two new Rigid Inflatable Boats (RIBs) as part of Marine Directorate’s commitment to meeting health and safety requirements.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
34511100
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Supplier premises
II.2.4) Description of the procurement
The contract seeks to deliver two replacement boarding boats launch / recoverable from its Marine Protection Vessel, Jura, an 84m offshore marine patrol vessel of 2182 gross tonnes. The replacement boats must comply with the operational and performance requirements below as well as being fully certified as a ‘Rescue Boat’ as defined by SOLAS, and additionally as a Category 3 Workboat (if a Liferaft is onboard).
II.2.5) Award criteria
Criteria below:
Quality criterion: Understanding and Approach to meeting Requirements
/ Weighting: 25
Quality criterion: Staff Competence, Knowledge and Experience
/ Weighting: 25
Quality criterion: Contract Management
/ Weighting: 15
Quality criterion: Health & Safety, Quality Assurance and Risk Management
/ Weighting: 20
Quality criterion: Corporate & Social Responsibilities
/ Weighting: 10
Quality criterion: Fair Work First
/ Weighting: 5
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
24/06/2024
End:
31/03/2025
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
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:
This section covers questions 4B1-6 of the SPD (Scotland).
Minimum level(s) of standards required:
4B1a: Bidders will be required to have a minimum "specific" yearly turnover of 150,000 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 = 1 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.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Details of technical facilities, measures for ensuring quality and quality management procedures.
Minimum level(s) of standards required:
Minimum level(s) of standards required:
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.
4C4: Bidders are required to provide a statement of the relevant supply chain management and/or tracking systems used.
4C5. Bidder will be requested to provide an opportunity for the bidder to check on technical capacity of the bidder and on their quality measures.
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.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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:
16/05/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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:
16/05/2024
Local time: 12:00
Place:
Haddington, East Lothian
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 payment will be used
VI.3) Additional information
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=763945.
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:763945)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=763945
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court House
27 Chambers Street,
Edinburgh
EH1 1LB
UK
VI.5) Date of dispatch of this notice
16/04/2024