Section one: Contracting authority
one.1) Name and addresses
Scottish Government
Area 1B Victoria Quay, The Shore
Edinburgh
EH6 6QQ
Contact
Brody Smith
Telephone
+44 1412444000
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
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.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
Maintenance & Repair of Navigational and Communication Equipment
Reference number
CASE/216380
two.1.2) Main CPV code
- 50240000 - Repair, maintenance and associated services related to marine and other equipment
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Ministers, acting through Marine Scotland are looking to engage a supplier to provide the planned maintenance, call out repair and unplanned maintenance of its navigational and communication equipment on board the patrol and research vessels in operation
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £127,569.85
two.2) Description
two.2.2) Additional CPV code(s)
- 50241000 - Repair and maintenance services of ships
- 34933000 - Navigation equipment
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Supplier will be expected to be able to provide services at any port or dry dock within the UK throughout contract lifetime
two.2.4) Description of the procurement
Marine Scotland require planned and unplanned maintenance and call out repair of its navigational and communication equipment as detailed.
two.2.5) Award criteria
Quality criterion - Name: Understanding and Delivery of Requirements / Weighting: 35%
Quality criterion - Name: Staff Competence, Knowledge and Experience / Weighting: 25%
Quality criterion - Name: Contract Management / Weighting: 15%
Quality criterion - Name: Risk, Quality Assurance and Health & Safety / Weighting: 15%
Quality criterion - Name: Corporate & Social Responsibilities / Weighting: 5%
Quality criterion - Name: Fair Work First / Weighting: 5%
Price - Weighting: 30
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 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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-017692
Section five. Award of contract
Contract No
CASE/324297
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 October 2023
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Mackay Marine UK Ltd
Unit B3 Mill Court, Spindle Way
Crawley
RH10 1TT
Telephone
+44 07887604540
Country
United Kingdom
NUTS code
- UKJ28 - West Sussex (North East)
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £140,000
Total value of the contract/lot: £127,569.85
Section six. Complementary information
six.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.
(SC Ref:770760)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House,
27 Chambers Street,
Edinburgh,
EH1 1LB
Country
United Kingdom