Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Remotely Piloted Aircraft Services

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04e2e5
Published by:
Scottish Government
Authority ID:
AA26920
Publication date:
12 March 2025
Deadline date:
19 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
60440000 Aerial and related services Air transport services
60445000 Aircraft operating services Aerial and related services
79714000 Surveillance services Security services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
bob.mcleod@gov.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.