Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Scottish Government
Victoria Quay
Edinburgh
EH6 6QQ
UK
Person cyswllt: Marc Jones
E-bost: marc.jones@gov.scot
NUTS: UKM
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.scotland.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
I.4) Y math o awdurdod contractio
Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
DMARINE-Compliance-Marine Operations-RADAR replacement
Cyfeirnod: 788774
II.1.2) Prif god CPV
34511100
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
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.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 200 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
34511100
34930000
35722000
38115000
45244100
II.2.3) Man cyflawni
Cod NUTS:
UKM
II.2.4) Disgrifiad o’r caffaeliad
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.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 60
Price
/ Pwysoliad:
40
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 12
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Minimum Insurance Levels
Lefel(au) gofynnol y safonau sydd eu hangen:
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)
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Supply Chain Management/Tracking Systems Used.
Proportion (%) to be Sub-Contracted.
Lefel(au) gofynnol y safonau sydd eu hangen:
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.
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
01/09/2025
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
01/09/2025
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
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)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Edinburgh Sheriff Court and Justice of the Peace Court
27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
30/07/2025