Opportunity

Replacement Rigid Inflatable Boats

  • Scottish Government

F02: Contract notice

Notice reference: 2024/S 000-012379

Published 16 April 2024, 3:14pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

Area 1B, Victoria Quay, The Shore

Edinburgh

EH6 6QQ

Email

brody.johnston@gov.scot

Telephone

+44 1312444000

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 procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Replacement Rigid Inflatable Boats

Reference number

CASE/693111

two.1.2) Main CPV code

  • 34930000 - Marine equipment

two.1.3) Type of contract

Supplies

two.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.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34511100 - Marine patrol vessels

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Supplier premises

two.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).

two.2.5) Award criteria

Quality criterion - Name: Understanding and Approach to meeting Requirements / Weighting: 25

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

Quality criterion - Name: Contract Management / Weighting: 15

Quality criterion - Name: Health & Safety, Quality Assurance and Risk Management / Weighting: 20

Quality criterion - Name: Corporate & Social Responsibilities / Weighting: 10

Quality criterion - Name: Fair Work First / Weighting: 5

Price - Weighting: 30

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

Start date

24 June 2024

End date

31 March 2025

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

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

This section covers questions 4B1-6 of the SPD (Scotland).

Minimum level(s) of standards possibly 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.

three.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 possibly 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.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

16 May 2024

Local time

12:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

16 May 2024

Local time

12:00pm

Place

Haddington, East Lothian


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 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=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

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chambers Street,

Edinburgh

EH1 1LB

Country

United Kingdom