Section one: Contracting authority
one.1) Name and addresses
Scottish Government
Marine Scotland, Marine Laboratory, 375 Victoria Road, Torry
Aberdeen
AB11 9DB
Contact
Bob McLeod
Telephone
+44 1312443567
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 of Engines, Propulsion Systems and Associated Equipment for Marine Vessels
Reference number
CASE/208608
two.1.2) Main CPV code
- 50241100 - Vessel repair services
two.1.3) Type of contract
Services
two.1.4) Short description
1.1 The Scottish Ministers wish to set up a service contract which will provide
maintenance for engines, propulsion system and associated equipment for four of these vessels including the supply of all spare parts required for scheduled maintenance.
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: £2,369,564.93
two.2) Description
two.2.2) Additional CPV code(s)
- 50240000 - Repair, maintenance and associated services related to marine and other equipment
- 50241000 - Repair and maintenance services of ships
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
- 51145000 - Installation services of marine engines
- 98360000 - Marine services
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Vessels sited around Scottish coastline based in Aberdeen, Glasgow and Edinburgh.
two.2.4) Description of the procurement
This contract will cover the following areas:-
a)the provision of spare parts and fitting of these spare parts upon the four vessels during their refit period.
b)the attendance to the vessel to deal with any breakdown issues involving the fitting of replacement parts.
two.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 & Quality Assurance / Weighting: 15
Quality criterion - Name: Risk Management and Health & Safety / Weighting: 10
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 000-004423
Section five. Award of contract
Contract No
CASE/208608
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 August 2024
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
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
Wartsila UK Ltd
Spinnaker House
Fareham
PO16 8SD
Telephone
+44 7590446517
Country
United Kingdom
NUTS code
- UKJ3 - Hampshire and Isle of Wight
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £2,369,564.93
Total value of the contract/lot: £2,369,564.93
Section six. Complementary information
six.3) Additional information
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.
(SC Ref:778058)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom