色猫直播 Contract Leads
No location provided
Category Goods
Type
No. of Lots 2
Status Active
Published 20th Jan 2026
| Reference | ocds-h6vhtk-06096b |
| Common Procurement Vocabulary | Firefighting equipment |
| Procurement Method | Restricted procedure |
| Value | - |
No location provided
Category Goods
Type
No. of Lots 2
Status Active
Published 20th Jan 2026
| Reference | ocds-h6vhtk-06096b |
| Common Procurement Vocabulary | Firefighting equipment |
| Procurement Method | Restricted procedure |
| Value | - |
Section I: Contracting authority
I.1) Name and addresses
Ferguson Marine (Port Glasgow) Ltd
Newark Works Castle Road, Castle Road
Port Glasgow
PA14 5NG
procurement [at] fergusonmarine.com
Telephone
+44 1475742300
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
Buyer's address
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity
Shipbuilding
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
FMPG-2026-017 Lifesaving and Firefighting Equipment
Reference number
FMPG-2026-017
II.1.2) Main CPV code
- 35111000 - Firefighting equipment
II.1.3) Type of contract
Supplies
II.1.4) Short description
The provision of lifesaving and firefighting equipment.
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lifesaving Equipment
Firefighting Equipment
II.2) Description
II.2.1) Title
Lifesaving Equipment
Lot No
1
II.2.2) Additional CPV code(s)
- 39525300 - Life jackets
II.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
II.2.4) Description of the procurement
Ferguson Marine (Port Glasgow) Ltd require the supply of Lifesaving equipment. This includes but is not limited to the following;
Lifejackets
Life rafts
Distress signals
Lifebuoys
Overside lighting
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extensions
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
Tenderer's must have previous experience and be main distributors in the provision of SOLAS / IMO certified equipment.
Tenderer's are required to pass financial checks to ensure they have the financial capability to deliver the products.
II.2.10) Information about variants
Variants will be accepted: No
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
II.2) Description
II.2.1) Title
Firefighting Equipment
Lot No
2
II.2.2) Additional CPV code(s)
- 35111000 - Firefighting equipment
II.2.3) Place of performance
NUTS codes
- UKM73 - East Lothian and Midlothian
II.2.4) Description of the procurement
Ferguson Marine (Port Glasgow) Ltd require the supply of Firefighting equipment. This includes, but is not limited to the following ;
Fire hoses and nozzles
Fire Extinguishers
Fire locker
Call points
Fire blankets
Fire hydrants
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extensions
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
Tenderer's must have previous experience and be main distributors in the provision of SOLAS / IMO certified equipment.
Tenderer's are required to pass financial checks to ensure they have the financial capability to deliver the products.
II.2.10) Information about variants
Variants will be accepted: No
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
Tenderer's are required to have a minimum Creditsafe contract limit over 500,000 GBP to ensure uninterrupted product supply.
III.1.3) Technical and professional ability
List and brief description of selection criteria
Tenderer's are required to ensure they can supply equipment that complies with SOLAS and IMO regulations.
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
Accelerated procedure
Justification:
PIN notice previously issued in April 2025 to ensure the process can move swiftly to meet the build programme schedule.
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
IV.1.8) Information about the 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
4 February 2026
Local time
10:00am
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
5 February 2026
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at
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:821048)
Download the ESPD document here:
VI.4) Procedures for review
VI.4.1) Review body
Greenock Sheriff Court
Greenock
Country
United Kingdom
