Tender

RIB Shock Mitigation Seating

  • Scottish Government

F02: Contract notice

Notice identifier: 2022/S 000-027749

Procurement identifier (OCID): ocds-h6vhtk-037291

Published 3 October 2022, 4:56pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

Marine Scotland, 1st Floor, Victoria Quay, The Shore

Edinburgh

EH66QQ

Contact

Brody Smith

Email

brody.smith@gov.scot

Telephone

+44 1312446084

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

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 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

RIB Shock Mitigation Seating

Reference number

CASE/216380

two.1.2) Main CPV code

  • 50244000 - Reconditioning services of ships or boats

two.1.3) Type of contract

Services

two.1.4) Short description

The Scottish Government, through Marine Scotland, invites tenders for a contract for the supply and installation of shock mitigating seating on our fleet of Pacific 24 RIBs as part of Marine Scotland’s commitment to look after the wellbeing of their personnel.

two.1.5) Estimated total value

Value excluding VAT: £120,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34520000 - Boats
  • 39111000 - Seats
  • 39113000 - Miscellaneous seats and chairs

two.2.3) Place of performance

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

At suppliers premises

two.2.4) Description of the procurement

Marine Scotland, a Directorate of the Scottish Government, require the supplier to replace existing seating on our four Pacific 24 RIBs with shock mitigating seating.

This is required to ensure alignment with the legislative obligation (The Merchant Shipping and Fishing Vessels (Control of Vibration at Work) Regulations 2007 (SI 2007/3077) (the “Vibration Regulations”), Updated by Marine Guidance Note MGN 436 (M+F) Amendment 2 published September 2021 to reduce the impact of whole body vibration.

The new seating is expected to separate the occupant from the worst effects of vibration and impact while operating away from the Marine protection vessel in open waters. Posture and stability of the spine are important for mitigating risk from shocks and impacts. The design of the seats should allow the occupants to maintain their postural stability at all times when operating in challenging conditions. This will lead to greater comfort in a seaway and help reduce the onset of fatigue, while reducing the risk of whiplash or other associated back and neck injuries.

two.2.5) Award criteria

Quality criterion - Name: Understanding and Delivery of Requirements / Weighting: 30

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

Quality criterion - Name: Contract Management / Weighting: 15

Quality criterion - Name: Health & Safety and Risk Management / Weighting: 15

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

7 December 2022

End date

31 March 2023

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 200,000 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

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.

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.

three.2) Conditions related to the contract

three.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. 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

2 November 2022

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

2 November 2022

Local time

12:00pm

Place

Edinburgh


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

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=708805.

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:708805)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=708805

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House,

27 Chambers Street,

Edinburgh,

EH1 1LB

Country

United Kingdom