Maintenance & Repair of Navigational and Communication Equipment (Великобритания (Англия, Шотландия, Уэльс) - Тендер #43053803) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Великобритания (Англия, Шотландия, Уэльс) (другие тендеры и закупки Великобритания (Англия, Шотландия, Уэльс)) Организатор тендера: Scottish Government Номер конкурса: 43053803 Дата публикации: 22-06-2023 Источник тендера: Государственные закупки Уэльса (часть Соединённого Королевства Великобритании и Северной Ирландии) |
||
| Title: | Maintenance & Repair of Navigational and Communication Equipment |
| OCID: | ocds-h6vhtk-03d84f |
| Published by: | Scottish Government |
| Authority ID: | AA26920 |
| Publication Date: | 22/06/2023 |
| Deadline Date: | 21/07/2023 |
| Deadline Time: | 12:00 |
| Notice Type: | Contract Notice |
| Has Documents: | No |
| Has SPD: | No |
| Abstract: |
Marine Scotland require planned and unplanned maintenance and call out repair of its navigational and communication equipment as detailed. |
Scottish Government
Area 1B Victoria Quay, The Shore
Edinburgh
EH6 6QQ
UK
Contact person: Brody Smith
Telephone: +44 1412444000
E-mail: brody.smith@gov.scot
NUTS: UKM
Internet address(es)
Main address: http://www.scotland.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
The contract is awarded by a central purchasing body
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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk/
Ministry or any other national or federal authority, including their regional or local subdivisions
General public services
Maintenance & Repair of Navigational and Communication Equipment
Reference number: CASE/216380
II.1.2) Main CPV code50240000
II.1.3) Type of contractServices
II.1.4) Short descriptionThe 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
II.1.5) Estimated total valueValue excluding VAT: 140 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: No
50241000
34933000
II.2.3) Place of performanceNUTS code:
UKM
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
II.2.4) Description of the procurementMarine Scotland require planned and unplanned maintenance and call out repair of its navigational and communication equipment as detailed.
II.2.5) Award criteriaCriteria below:
Quality criterion: Understanding and Delivery of Requirements / Weighting: 35%
Quality criterion: Staff Competence, Knowledge and Experience / Weighting: 25%
Quality criterion: Contract Management / Weighting: 15%
Quality criterion: Risk, Quality Assurance and Health & Safety / Weighting: 15%
Quality criterion: Corporate & Social Responsibilities / Weighting: 5%
Quality criterion: Fair Work First / Weighting: 5%
Price / Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemStart: 18/09/2023
End: 17/09/2025
This contract is subject to renewal: Yes
Description of renewals:
Optional 12 month extension available.
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: Yes
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
List and brief description of selection criteria:
This section covers questions 4B1-6 of the SPD (Scotland).
Minimum level(s) of standards 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 ESPD (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 = 5 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.
III.1.3) Technical and professional abilityList and brief description of selection criteria:
Details of technical facilities, measures for ensuring quality and quality management procedures.
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.
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: Yes
Date: 21/07/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tendersDate: 21/07/2023
Local time: 12:00
Place:
Edinburgh
This is a recurrent procurement: No
Electronic ordering will be used
Electronic payment will be used
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=736213.
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:736213)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=736213
Sheriff Court House,
27 Chambers Street,
Edinburgh,
EH1 1LB
UK
21/06/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | brody.smith@gov.scot |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 34933000 | Navigation equipment | Marine equipment |
| 50241000 | Repair and maintenance services of ships | Repair, maintenance and associated services related to marine and other equipment |
| 50240000 | Repair, maintenance and associated services related to marine and other equipment | Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |