Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Maintenance and Repair of Fire Fighting Equipment & Life Saving Appliances

  • First published: 13 March 2024
  • Last modified: 13 March 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0447c3
Published by:
Scottish Government
Authority ID:
AA26920
Publication date:
13 March 2024
Deadline date:
11 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Scottish Ministers, acting through Marine Directorate are looking to engage a supplier to provide the planned maintenance, repair and unplanned repair of its Fire Fighting Equipment and Life Saving Appliances on board the patrol and research vessels in operation and marine offices for an initial 48 month period with an optional 12 month extension.

Full notice text

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

Maintenance and Repair of Fire Fighting Equipment & Life Saving Appliances

Reference number: CASE/386126

II.1.2) Main CPV code

50240000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Scottish Ministers, acting through Marine Directorate are looking to engage a supplier to provide the planned maintenance, repair and unplanned repair of its Fire Fighting Equipment and Life Saving Appliances on board the patrol and research vessels in operation and marine offices for an initial 48 month period with an optional 12 month extension.

II.1.5) Estimated total value

Value excluding VAT: 350 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Maintenance and Repair of Fire Fighting Equipment for Marine

II.2.2) Additional CPV code(s)

50240000

34511100

34930000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

This Invitation to Tender has been published to engage a supplier to provide the planned servicing, maintenance and unplanned repairs of Firefighting Equipment located on the Marine Protection and Research Vessel’s.

II.2.5) Award criteria

Criteria below:

Quality criterion: Understanding and Delivery of Requirements / Weighting: 30

Quality criterion: Staff Competence, Knowledge and Experience / Weighting: 25

Quality criterion: Contract Management / Weighting: 15

Quality criterion: Health & Safety, Quality Assurance and Approach to Risk Management / Weighting: 15

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: 15/05/2024

End: 14/05/2026

This contract is subject to renewal: Yes

Description of renewals:

Optional 12 month extension

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

Lot No: 2

II.2.1) Title

Maintenance and Repair of Life Saving Appliances for Marine Vessel’s

II.2.2) Additional CPV code(s)

50240000

34930000

34511100

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

This Invitation to Tender has been published to engage a supplier to provide the planned servicing, maintenance and unplanned repairs of the life saving appliances located on the Marine Protection and Research Vessel’s.

II.2.5) Award criteria

Criteria below:

Quality criterion: Understanding and Delivery of Requirements / Weighting: 30

Quality criterion: Staff Competence, Knowledge and Experience / Weighting: 25

Quality criterion: Contract Management / Weighting: 15

Quality criterion: Health & Safety, Quality Assurance and Approach to Risk Management / Weighting: 15

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: 15/05/2024

End: 14/05/2026

This contract is subject to renewal: Yes

Description of renewals:

Optional 12 month extension

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

Lot No: 3

II.2.1) Title

Maintenance and Repair of Fixed and Portable Safety Equipment - Aberdeen

II.2.2) Additional CPV code(s)

34930000

50240000

39525300

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

This Invitation to Tender has been published to engage a supplier to provide the planned servicing, maintenance and unplanned repairs of the Fixed and Portable Safety Equipment located within Marine Directorate in the Aberdeen area.

II.2.5) Award criteria

Criteria below:

Quality criterion: Understanding and Delivery of Requirements / Weighting: 30

Quality criterion: Staff Competence, Knowledge and Experience / Weighting: 25

Quality criterion: Contract Management / Weighting: 15

Quality criterion: Health & Safety, Quality Assurance and Approach to Risk Management / Weighting: 15

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: 15/05/2024

End: 14/05/2026

This contract is subject to renewal: Yes

Description of renewals:

Optional 12 month extension

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

Lot No: 4

II.2.1) Title

Maintenance and Repair of Fixed and Portable Safety Equipment – Edinburgh & Glasgow

II.2.2) Additional CPV code(s)

50240000

34930000

39525300

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

This Invitation to Tender has been published to engage a supplier to provide the planned servicing, maintenance and unplnned repairs of the Fixed and Portable Safety Equipment located within Marine Directorate in the Edinburgh and Glasgow area.

II.2.5) Award criteria

Criteria below:

Quality criterion: Understanding and Delivery of Requirements / Weighting: 30

Quality criterion: Staff Competence, Knowledge and Experience / Weighting: 25

Quality criterion: Contract Management / Weighting: 15

Quality criterion: Health & Safety, Quality Assurance and Approach to Risk Management / Weighting: 15

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: 15/05/2024

End: 14/05/2026

This contract is subject to renewal: Yes

Description of renewals:

Optional 12 month extension

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:

4B1a: Bidders will be required to have a minimum "specific" yearly turnover of 450,000 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.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

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

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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: 11/04/2024

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: 11/04/2024

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=760777.

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:760777)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=760777

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

12/03/2024

Coding

Commodity categories

ID Title Parent category
39525300 Life jackets Miscellaneous manufactured textile articles
34930000 Marine equipment Miscellaneous transport equipment and spare parts
34511100 Marine patrol vessels Ships and boats
50240000 Repair, maintenance and associated services related to marine and other equipment Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
brody.johnston@gov.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.