Tender

FMPG-2026-017 Lifesaving and Firefighting Equipment

  • Ferguson Marine (Port Glasgow) Ltd

F02: Contract notice

Notice identifier: 2026/S 000-004599

Procurement identifier (OCID): ocds-h6vhtk-06096b

Published 20 January 2026, 9:15am



Section one: Contracting authority

one.1) Name and addresses

Ferguson Marine (Port Glasgow) Ltd

Newark Works Castle Road, Castle Road

Port Glasgow

PA14 5NG

Email

procurement@fergusonmarine.com

Telephone

+44 1475742300

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.fergusonmarine.com

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30427

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

www.publiccontracsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontracsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Shipbuilding


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

FMPG-2026-017 Lifesaving and Firefighting Equipment

Reference number

FMPG-2026-017

two.1.2) Main CPV code

  • 35111000 - Firefighting equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

The provision of lifesaving and firefighting equipment.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lifesaving Equipment

Firefighting Equipment

two.2) Description

two.2.1) Title

Lifesaving Equipment

Lot No

1

two.2.2) Additional CPV code(s)

  • 39525300 - Life jackets

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

Ferguson Marine (Port Glasgow) Ltd require the supply of Lifesaving equipment. This includes but is not limited to the following;

Lifejackets

Life rafts

Distress signals

Lifebuoys

Overside lighting

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 x 12 month extensions

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Tenderer's must have previous experience and be main distributors in the provision of SOLAS / IMO certified equipment.

Tenderer's are required to pass financial checks to ensure they have the financial capability to deliver the products.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Firefighting Equipment

Lot No

2

two.2.2) Additional CPV code(s)

  • 35111000 - Firefighting equipment

two.2.3) Place of performance

NUTS codes
  • UKM73 - East Lothian and Midlothian

two.2.4) Description of the procurement

Ferguson Marine (Port Glasgow) Ltd require the supply of Firefighting equipment. This includes, but is not limited to the following ;

Fire hoses and nozzles

Fire Extinguishers

Fire locker

Call points

Fire blankets

Fire hydrants

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 x 12 month extensions

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Tenderer's must have previous experience and be main distributors in the provision of SOLAS / IMO certified equipment.

Tenderer's are required to pass financial checks to ensure they have the financial capability to deliver the products.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.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 information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Tenderer's are required to have a minimum Creditsafe contract limit over 500,000 GBP to ensure uninterrupted product supply.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Tenderer's are required to ensure they can supply equipment that complies with SOLAS and IMO regulations.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

Accelerated procedure

Justification:

PIN notice previously issued in April 2025 to ensure the process can move swiftly to meet the build programme schedule.

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 3

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 February 2026

Local time

10:00am

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

5 February 2026

four.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 tender

Duration in months: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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=821048.

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:821048)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=821048

six.4) Procedures for review

six.4.1) Review body

Greenock Sheriff Court

Greenock

Country

United Kingdom