Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scottish Government
Marine Directorate, Marine Laboratory, 375 Victoria Road, Torry
Aberdeen
AB11 9DB
UK
Contact person: Bob McLeod
Telephone: +44 1312442500
E-mail: bob.mcleod@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
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Remotely Piloted Aircraft Services
Reference number: CASE/693111
II.1.2) Main CPV code
79714000
II.1.3) Type of contract
Services
II.1.4) Short description
The Scottish Ministers, Marine Directorate invites tenders for the provision of short and medium range Remotely Piloted Aircraft Systems (RPAS) in support of marine and fisheries monitoring, control and surveillance (MCS) in Scottish waters.
II.1.5) Estimated total value
Value excluding VAT:
990 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
60445000
60440000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Areas of operation to be predominantly between 12nm from baselines in the Scottish Zone, to the widest reaches of Scotland’s 200nm EEZ, with a lesser requirement within territorial waters (<12nm).
II.2.4) Description of the procurement
The Scottish Ministers, Marine Directorate invites tenders for the provision of short and medium range Remotely Piloted Aircraft Systems (RPAS) in support of marine and fisheries monitoring, control and surveillance (MCS) in Scottish waters.
Marine Directorate aerial (aircraft) and marine (surface) asset deployment is conducted all year round but we wish the RPAS provisions to focus primarily on seasonal fisheries undertaken between March and November over a three (3) year contract period.
The Marine Directorate is seeking to enhance their current capability in marine and fisheries Monitoring, Control and Surveillance (MCS) by contracting both Short and Medium range RPAS capability for unit provisions of twenty-two days.
II.2.5) Award criteria
Criteria below:
Quality criterion: Delivery of Requirements
/ Weighting: 50
Quality criterion: Staff Competence, Knowledge & Experience
/ Weighting: 30
Quality criterion: Contract Management
/ Weighting: 10
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 system
Start:
01/05/2025
End:
30/04/2028
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
a) A review of the minimum specific yearly turnover over last two years.
b) Appropriate insurance levels as stipulated in 4B.5.
c) Demonstration of a Current Ratio of greater than 0.8.
d) A Net Profit greater than zero within the two year cycle.
Minimum level(s) of standards required:
4B2a: Bidders will be required to have a minimum "specific" yearly turnover of 700,000 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 = 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.
Bidders must demonstrate a Net Profit greater than zero within two year cycle.
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 ability
List and brief description of selection criteria:
a) Recent examples demonstrating relevant experience to deliver goods or services.
b) Details of staffing resources and facilities available.
c) Details of technical facilities.
d) Environmental Management
e) Technical equipment, tools and plant
f) Subcontracting.
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, staff resources or technical bodies the bidder can call upon in relation to this procurement exercise.
4C3b: Bidders will be required to provide details of the technical facilities.
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. For desk based activities, this may also relate to IT capability.
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.
III.2) Conditions related to the contract
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/03/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
19/03/2025
Local time: 12:00
Place:
Aberdeen
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
To be reviewed in November 2027.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
VI.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=790890.
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:790890)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=790890
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
UK
Telephone: +44 1312252525
VI.5) Date of dispatch of this notice
17/02/2025