Tender Details
Title

Purchase of Auto Trawl Control System The Scottish Government has a requirement to place a contract with an external service provider for the provision of Auto Trawl Control System. The purchase of the new system will replace an existing system which will require to be swapped out. ... The Scottish Government has a requirement to place ...

Country
Language
English
Organization
Published Date
22.10.2024
Deadline Date
21.11.2024
Overview
Purchase of Auto Trawl Control System The Scottish Government has a requirement to place a contract with an external service provider for the provision of Auto Trawl Control System. The purchase of the new system will replace an existing system which will require to be swapped out. ... The Scottish Government has a requirement to place ... Scottish Government Purchase of Auto Trawl Control System - Opportunity Purchase of Auto Trawl Control System Scottish Government F02: Contract notice Notice reference: 2024/S 000-034153 Published 22 October 2024, 2:13pm Watch this notice Contents Open all one. Contracting authorityI. Contracting authorityPress escape key to exit two. Object II. Object three. Legal, economic, financial and technical informationIII. Legal, economic, financial and technical information four. ProcedureIV. Procedure six. Complementary informationVI. Complementary information Download PDF version Share this notice Twitter LinkedIn Email Copy link Print this notice Report concerns about this procurement Section one: Contracting authoritySection I: Contracting authority one.1) Name and addressesI.1) Name and addresses Scottish Government Marine Directorate, Marine Laboratory, 375 Victoria Road, Torry Aberdeen AB11 9DB Contact Bob McLeod Email bob.mcleod@gov.scot Telephone +44 1312442500 Country United Kingdom NUTS code UKM - Scotland Internet address(es) Main address http://www.scotland.gov.uk Buyer's address https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482 one.2) Information about joint procurementI.2) Information about joint procurement The contract is awarded by a central purchasing body one.3) CommunicationI.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge, at www.publiccontractsscotland.gov.uk Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via www.publiccontractsscotland.gov.uk one.4) Type of the contracting authorityI.4) Type of the contracting authority Ministry or any other national or federal authority one.5) Main activityI.5) Main activity General public services Section two: ObjectSection II: Object two.1) Scope of the procurementII.1) Scope of the procurement two.1.1) TitleII.1.1) Title Purchase of Auto Trawl Control System Reference number CASE/693111 two.1.2) Main CPV codeII.1.2) Main CPV code 03000000 - Agricultural, farming, fishing, forestry and related products two.1.3) Type of contractII.1.3) Type of contract Supplies two.1.4) Short descriptionII.1.4) Short description The Scottish Government has a requirement to place a contract with an external service provider for the provision of Auto Trawl Control System. The purchase of the new system will replace an existing system which will require to be swapped out. two.1.5) Estimated total valueII.1.5) Estimated total value Value excluding VAT: £250,000 two.1.6) Information about lotsII.1.6) Information about lots This contract is divided into lots: No two.2) DescriptionII.2) Description two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 34513100 - Fishing vessels two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKM - Scotland Main site or place of performance On board MRV Scotia, refit to take place in Leith, Edinburgh. two.2.4) Description of the procurementII.2.4) Description of the procurement The Scottish Government has a requirement to place a contract with an external service provider for the provision of Auto Trawl Control System. The purchase of the new system will replace an existing system which will require to be swapped out. two.2.5) Award criteriaII.2.5) Award criteria Quality criterion - Name: Delivery of Requirements / Weighting: 40 Quality criterion - Name: Staff Competence, Knowledge & Experience / Weighting: 25 Quality criterion - Name: Contract Management / Weighting: 10 Quality criterion - Name: Health & Safety and Risk Management / Weighting: 15 Quality criterion - Name: Fair Work First / Weighting: 10 Price - Weighting: 30 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start date 23 December 2024 End date 31 March 2025 This contract is subject to renewal No two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: Yes two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No Section three. Legal, economic, financial and technical informationSection III. Legal, economic, financial and technical information three.1) Conditions for participationIII.1) Conditions for participation three.1.2) Economic and financial standingIII.1.2) Economic and financial standing List and brief description of selection criteria a) A review of the minimum specific yearly turnover over last two years. b) Appropriate insurance levels as stipulated in 4B.5. c) Demonstration of a Current Ratio of greater than 0.8. d) A Net Profit greater than zero within the two year cycle. Minimum level(s) of standards possibly required 4B2a: Bidders will be required to have a minimum "specific" yearly turnover of 500,000 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. Bidders must demonstrate a Net Profit greater than zero within two year cycle. 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. three.1.3) Technical and professional abilityIII.1.3) Technical and professional ability List and brief description of selection criteria a) Recent examples demonstrating relevant experience to deliver goods or services. b) Details of staffing resources and facilities available. c) Details of technical facilities. d) Environmental Management e) Technical equipment, tools and plant f) Subcontracting. Minimum level(s) of standards possibly 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, staff resources or technical bodies the bidder can call upon in relation to this procurement exercise. 4C3b: Bidders will be required to provide details of the technical facilities. 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. For desk based activities, this may also relate to IT capability. 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. three.2) Conditions related to the contractIII.2) Conditions related to the contract three.2.3) Information about staff responsible for the performance of the contractIII.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 four. ProcedureSection IV. Procedure four.1) DescriptionIV.1) Description four.1.1) Type of procedureIV.1.1) Type of procedure Open procedure four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes four.2) Administrative informationIV.2) Administrative information four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate Date 21 November 2024 Local time 12:00pm four.2.4) Languages in which tenders or requests to participate may be submittedIV.2.4) Languages in which tenders or requests to participate may be submitted English four.2.6) Minimum time frame during which the tenderer must maintain the tenderIV.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) four.2.7) Conditions for opening of tendersIV.2.7) Conditions for opening of tenders Date 21 November 2024 Local time 12:00pm Place Aberdeen Section six. Complementary informationSection VI. Complementary information six.1) Information about recurrenceVI.1) Information about recurrence This is a recurrent procurement: No six.2) Information about electronic workflowsVI.2) Information about electronic workflows Electronic ordering will be used Electronic payment will be used six.3) Additional informationVI.3) Additional information SPD will be scored on a pass/fail basis. Question scoring methodology for Award Criteria outlined in Invitation to Tender. 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 1 - Poor. Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 2 - Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full. 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=538689. 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. 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=781221. 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:781221) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=781221 six.4) Procedures for reviewVI.4) Procedures for review six.4.1) Review bodyVI.4.1) Review body Sheriff Court House 27 Chambers Street Edinburgh EH1 1LB Telephone +44 1312252525 Country United Kingdom Back to top 1729806747 Support links About us Contact us Accessibility statement Terms and conditions Privacy notice Cookies Data and API All content is available under the Open Government Licence v3.0 except where otherwise stated. Notices are based on TED XML schema. © European Union, https://ted.europa.eu, 1998–2020 © Crown copyright Review services If you have any concerns about procurement practices, including late payment, you can contact a review service. The role of the services is to: provide a clear, structured and direct route for suppliers to raise concerns about public procurement practice offer feedback to enquirers on their concerns Find out more: England - Public Procurement Review Service Northern Ireland - CPD Supplier Charter Scotland - Single Point of Enquiry Wales - Supplier Feedback Service Close Saved to watched notices list This notice has been added to your watched notices list. Close Sign in to watch this notice To watch this notice, sign in to your account or register. You will need to find this notice again after signing in to watch it. Watching a notice means: It will be in your list of watched notices, so you can easily find it again You can choose to receive emails when it is updated or before it closes Close Confirm YesNo Session timeout Your session will time out soon You will be signed out of your account if you do not respond in 5 minutes. We do this to keep your information secure. 5 minutes remaining until you will be signed out. Continue session Sign out warning you will not be able to undo this action Purchase of Auto Trawl Control SystemScottish Government  The Scottish Government has a requirement to place a contract with an external service provider for the provision of Auto Trawl Control System. The purchase of the new system will replace an existing system which will require to be swapped out. ... The Scottish Government has a requirement to place ...  Notice typeF02: Contract noticeClosing21 November 2024, 12:00pmContract locationUKM - ScotlandTotal value £250,000 Publication date22 October 2024, 2:13pm
NAICS
Soil Preparation Business All Other Professional Jewelry Navigational Other Direct Insurance (except Life Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Electric Power Transmission Fishing Religious Justice Other Professional Cookie Highway Turned Product and Screw Other Justice Machinery Highway Direct Insurance (except Life Executive Direct Life Jewelry Measuring Courts Navigational Executive Courts Highway Other Similar Organizations (except Business All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Professional Funds
CPVS
Tools Fishing, emergency and other special vessels Laboratory, optical and precision equipments (excl. glasses) Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... System, storage and content management software package Plants Marine, aviation and other transport insurance services Environmental management Mains Control, safety, signalling and light equipment Nuts Sections Construction, foundation and surface works for highways, roads Lavatory seats, covers, bowls and cisterns Publications Boards Control, safety or signalling equipment for inland waterways Desks Frames Agricultural, farming, fishing, forestry and related products Safety cases Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Agricultural, forestry, horticultural, aquacultural and apicultural services Foundation work for highways, roads, streets and footpaths Construction work for highways, roads Control, safety or signalling equipment for port installations Command, control, communication and computer systems System, storage and content management software development services Parts of chain Chain Watches Vats Installation services of equipment for measuring, checking, testing and navigating Laboratory, hygienic or pharmaceutical glassware Fishing vessels Pressure-reducing, control, check or safety valves Other services Keys Control, safety or signalling equipment for roads Scales Radio, television, communication, telecommunication and related equipment Electronic, electromechanical and electrotechnical supplies Tool parts Control, safety or signalling equipment for airports Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Netting House Nuts Scales Boards Awards Watches Forestry Environmental management Trawling Supply chain management Equipment cases Desks Liability insurance Single room Case making services Financial Instruments, Products, Contracts and Agreements Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies
Regions
Europe Northern Europe
Sectors
Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Banking-Finance-Insurance Postal and Courier Services Roads and Highways-Bridge Infrastructure Law and Legal Environmental Work Printing and Publishing Services Cement and Asbestos Products Railways-Rail-Railroad Defence and Security Electricity Construction Agriculture-Food and Beverages Energy-Power and Electrical Computer Hardwares and Consumables Laboratory Equipment and Services Petroleum Products Electronics Building Material Construction Materials Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert