Tender

DMARINE-Compliance-Marine Operations-RADAR replacement

  • Scottish Government

F02: Contract notice

Notice identifier: 2025/S 000-044432

Procurement identifier (OCID): ocds-h6vhtk-056974

Published 30 July 2025, 4:13pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

Victoria Quay

Edinburgh

EH6 6QQ

Contact

Marc Jones

Email

marc.jones@gov.scot

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.publictendersscotland.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.publictendersscotland.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

DMARINE-Compliance-Marine Operations-RADAR replacement

Reference number

788774

two.1.2) Main CPV code

  • 34511100 - Marine patrol vessels

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Scottish Ministers, acting through Marine Directorate are looking to engage a supplier to provide the replacement of the Sperry Bridge Master E RADARS onboard the vessels MPV Minna, MPV Jura and MPV Hirta.

Marine Directorate, a directorate of the Scottish Government, manages Scotland's seas and freshwater fisheries and require RADARS both X-Band and S-Band onboard their vessels to ensure the safety of the vessel and remain compliant all Flag and Class national and International statutory requirements, regulations and standards.

two.1.5) Estimated total value

Value excluding VAT: £200,000

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
  • 34930000 - Marine equipment
  • 35722000 - Radar
  • 38115000 - Radar apparatus
  • 45244100 - Marine installations

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The Scottish Ministers, acting through Marine Directorate are looking to engage a supplier to provide the replacement of the Sperry Bridge Master E RADARS onboard the vessels MPV Minna, MPV Jura and MPV Hirta.

Marine Directorate, a directorate of the Scottish Government, manages Scotland's seas and freshwater fisheries and require RADARS both X-Band and S-Band onboard their vessels to ensure the safety of the vessel and remain compliant all Flag and Class national and International statutory requirements, regulations and standards.

It is crucial that all the replacement work is completed within the required timescales and with appropriate replacement parts to ensure the vessels remain compliant with all national and International statutory requirements, regulations and standards relevant to the vessel to prevent/minimise downtime.

Marine Directorate require the replacement of 6 Bridge Master E RADARS.

Marine Directorate require the supplier to provide, install and commission replacements for all 6 RADARS listed, 3 S-Band and 3 X-Band, one of each on each vessel as above. The replacement RADARS must interlink seamlessly with the equipment already onboard, GPS (Global Positioning System), AIS (Automatic Identification System), BNWAS (Bridge Navigational Watch Alert System), Gyro Compass, Speed log, wind and echosounder and be approved to ensure the vessels stay within class and flag requirements.

The RADAR system should include fully networked architecture, Fully CAT1 and CAT2 type approved and integrate with screen size 26” with ECDIS overlay.

As well as the above the RADAR should have complete ARPA (Automatic Radar Plotting Aid) functionality with integrated NAVTEX (Navigational Telex) and be capable of displaying over 600 AIS targets.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

12

This contract is subject to renewal

No

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

Minimum Insurance Levels

Minimum level(s) of standards possibly required

Minimum Insurance Levels (in GBP):

- Public Liability - 5,000,000 (FIVE MILLION)

- Professional Risk Indemnity - 2,000,000 (TWO MILLION)

- Employer’s (Compulsory) Liability - 10,000,000 (TEN MILLION)

- Product Liability - 5,000,000 (FIVE MILLION)

three.1.3) Technical and professional ability

List and brief description of selection criteria

Supply Chain Management/Tracking Systems Used.

Proportion (%) to be Sub-Contracted.

Minimum level(s) of standards possibly required

Supply Chain Management/Tracking Systems Used: If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.

Proportion (%) to be Sub-Contracted: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of 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

1 September 2025

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

1 September 2025

Local time

12:00pm


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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29831. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:805812)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom