Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scottish Government
Victoria Quay
Edinburgh
EH6 6QQ
UK
E-mail: michael.brydon@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.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=f4a1bd8d-8b23-4986-ba6d-97ddf609b0d6&_ncp=1763462305888.20769-1
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=f4a1bd8d-8b23-4986-ba6d-97ddf609b0d6&_ncp=1763462305888.20769-1
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
DMARINE - Vessel Monitoring & Power Management System
Reference number: 797000
II.1.2) Main CPV code
34511100
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Scottish Government has a requirement for the design, supply, installation, and commissioning of a replacement Vessel Management System (VMS), incorporating Power Management System (PMS) functionality, onboard Marine Scotland’s MPV Jura and MPV Hirta.
II.1.5) Estimated total value
Value excluding VAT:
500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50240000
50241000
50000000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
The Scottish Government has a requirement for the design, supply, installation, and commissioning of a replacement Vessel Management System (VMS), incorporating Power Management System (PMS) functionality, onboard Marine Scotland’s MPV Jura and MPV Hirta. Both vessels currently operate legacy Rolls–Royce Integrated Platform Management Systems (IPMS) that are obsolete and unsupported. The replacement project aims to ensure enhanced operational efficiency, long–term supportability, and functional standardisation across both platforms.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 11
This contract is subject to renewal: Yes
Description of renewals:
36–month optional extension to cover unforeseen installation or commissioning delays, with ongoing support and maintenance until 2030.
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:
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 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
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:
15/01/2026
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:
15/01/2026
Local time: 12:00
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 30575. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:816152)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sherriff Court
Edinburgh
EH1 1LB
UK
Internet address(es)
URL: https://www.scotcourts.gov.uk/courts-and-tribunals/courts-tribunals-and-office-locations/find-us/edinburgh-sheriff-court-and-justice-of-the-peace-court/
VI.5) Date of dispatch of this notice
18/11/2025