Award

Provision of Commercial Diving Services

CALMAC FERRIES LIMITED

This public procurement record has 2 releases in its history.

Award

10 Jun 2021 at 15:35

Tender

14 Jan 2021 at 09:16

Summary of the contracting process

CalMac Ferries Limited, located in Gourock, United Kingdom, is conducting a tender for the "Provision of Commercial Diving Services" as part of their ongoing operational needs. This procurement falls under the services category, specifically classified under CPV code 98363000 for diving services. The procurement process has reached the Award stage as of 10th June 2021, following a competitive procedure with negotiation. The tender was initiated on 14th January 2021 with an end date for submissions on 17th February 2021. Successful bidders will be entering a Framework Agreement intended for a four-year period, covering various requirements related to both planned attendance for regulatory inspections and urgent reactive responses in maritime operations on the West Coast of Scotland.

This tender presents exciting growth opportunities for businesses specialising in diving services, particularly those with experience in marine maintenance and emergency operations. Companies that can demonstrate relevant technical expertise, outstanding safety records, and the ability to execute both scheduled inspections and urgent repairs will be well-positioned to compete. As this is a selective process, firms with a solid financial standing and necessary insurance coverage will enhance their chances in this competitive environment, ensuring they can meet CalMac's standards while supporting critical services to island and remote communities.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of Commercial Diving Services

Notice Description

CalMac Ferries Limited (CFL), operator of the Clyde & Hebrides Ferry Service, is a multi-award-winning ferry and port operator and ship management specialist, providing essential lifeline services and logistical support to island and remote communities. CFL is seeking to establish a Framework Agreement for the supply of Commercial Diving Services. On successful conclusion of the procurement, the Framework Agreement shall have a single participant.

Lot Information

Lot 1

There are two distinct areas where CFL requires Commercial Diving Services, these areas are summarised below. Full detail of the requirement can be found within the "CSSD20-026 Commercial Diving Specification" available for download along with this Contract Notice. PLANNED ATTENDANCE (INCLUDING REGULATORY INSPECTION) Ports & Harbours (Operational) Requirement: CFL utilises Commercial Diving Services to assist with the regulatory inspection and repair of certain port infrastructure assets Asset Management (Marine) Requirement: Services are required to carry out inspection, repair and maintenance work on CFL operated Vessels. Attendance is deemed to be "Planned" where CFL provides a minimum of 72 hours' notice of the requirement. URGENT REACTIVE RESPONSE Ports & Harbours (Operational) Requirement: CFL may require services in the event of an emergency at a harbour requiring prompt attendance. Urgent Reactive Response may be required on an emergency basis to deal with a safety issue and/or allow remedial action to be executed and services (if disrupted) resumed in the shortest possible time. Asset Management (Marine) Requirement: CFL may require services in areas including but not limited to assistance with the removal of ropes, lines, fishing nets and creels from propellers, Voith and similar propulsion units. Urgent Reactive Response is typically required on an emergency basis to allow remedial action to be executed and services (if disrupted) resumed in the shortest possible time.

Renewal: The Framework will be let for an initial 4 year period, after which time it will be renewed.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-028a2d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/013097-2021
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

98 - Other community, social and personal services


CPV Codes

98363000 - Diving services

Notice Value(s)

Tender Value
£227,874 £100K-£500K
Lots Value
£227,874 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Jun 20214 years ago
Submission Deadline
17 Feb 2021Expired
Future Notice Date
Not specified
Award Date
9 Jun 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
The Framework shall be in place for a period of 4 years from the Framework commencement date, at which point the service shall be re-tendered.

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
CALMAC FERRIES LIMITED
Contact Name
Christopher Curtis
Contact Email
christopher.curtis@calmac.co.uk
Contact Phone
+44 1475650100

Buyer Location

Locality
GOUROCK
Postcode
PA19 1QP
Post Town
Paisley
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
Delivery Location
TLM83 Inverclyde, East Renfrewshire, and Renfrewshire

Local Authority
Inverclyde
Electoral Ward
Inverclyde West
Westminster Constituency
Inverclyde and Renfrewshire West

Supplier Information

Number of Suppliers
1
Supplier Name

SHEARWATER MARINE SERVICE

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-028a2d-2021-06-10T16:35:03+01:00",
    "date": "2021-06-10T16:35:03+01:00",
    "ocid": "ocds-h6vhtk-028a2d",
    "description": "(SC Ref:656974)",
    "initiationType": "tender",
    "tender": {
        "id": "CSSD20-026",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of Commercial Diving Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "98363000",
            "description": "Diving services"
        },
        "mainProcurementCategory": "services",
        "description": "CalMac Ferries Limited (CFL), operator of the Clyde & Hebrides Ferry Service, is a multi-award-winning ferry and port operator and ship management specialist, providing essential lifeline services and logistical support to island and remote communities. CFL is seeking to establish a Framework Agreement for the supply of Commercial Diving Services. On successful conclusion of the procurement, the Framework Agreement shall have a single participant.",
        "value": {
            "amount": 227874,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "There are two distinct areas where CFL requires Commercial Diving Services, these areas are summarised below. Full detail of the requirement can be found within the \"CSSD20-026 Commercial Diving Specification\" available for download along with this Contract Notice. PLANNED ATTENDANCE (INCLUDING REGULATORY INSPECTION) Ports & Harbours (Operational) Requirement: CFL utilises Commercial Diving Services to assist with the regulatory inspection and repair of certain port infrastructure assets Asset Management (Marine) Requirement: Services are required to carry out inspection, repair and maintenance work on CFL operated Vessels. Attendance is deemed to be \"Planned\" where CFL provides a minimum of 72 hours' notice of the requirement. URGENT REACTIVE RESPONSE Ports & Harbours (Operational) Requirement: CFL may require services in the event of an emergency at a harbour requiring prompt attendance. Urgent Reactive Response may be required on an emergency basis to deal with a safety issue and/or allow remedial action to be executed and services (if disrupted) resumed in the shortest possible time. Asset Management (Marine) Requirement: CFL may require services in areas including but not limited to assistance with the removal of ropes, lines, fishing nets and creels from propellers, Voith and similar propulsion units. Urgent Reactive Response is typically required on an emergency basis to allow remedial action to be executed and services (if disrupted) resumed in the shortest possible time.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 227874,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework will be let for an initial 4 year period, after which time it will be renewed."
                },
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "This Procurement will be conducted through the use of the Competitive Procedure with Negotiation (CPN). All queries about this procurement must be made via the Public Contracts Scotland messaging system. Statements including the specific requirements can be found within Section III.1.2 and III.1.3 of the Contract Notice. The process to be applied will be: Tenderer must pass the minimum standards sections of the SPD (Scotland). ----- SPD: Part 2, Section 2C: Reliance on the capacities of other entities. Where an organisation relies on the capabilities of others a separate SPD is required and will be subject to Part 3 below. ----- SPD: Part 3, Section A, B, C, D will be assessed on a pass/fail basis. If any question subject to 'pass/fail' be assessed as 'fail' the entire submission will be set aside and take no further part in the competition. ----- SPD: Part 4: Turnover & Economic 7 Financial Standing Minimum standards apply, these are further detailed under \"Minimum level(s) of standards required\" within the body of this Contract Notice. If any minimum standards within this section, (Part 4) are not met, the entire submission will be set aside and take no further part in the competition. ---- Criteria: Technical and professional Ability: 100% Technical Envelope: Qualification Attachment CSSD20-026 must be downloaded, fully completed and submitted by the Tenderer. The Qualification Attachment shall be scored by the purchaser as follows: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 25 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 50 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 100- Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. Further detail on question weightings can be found in Section III1.3 (Technical & Professional Ability) within this Contract Notice. Subject to meeting any PASS/FAIL criteria, further to scoring all submissions using the above criteria, CFL shall invite (a maximum of) the top five (5) scoring Tenderers to participate in the next stage of the Procurement and submit a tender. For clarity, CFL shall invite a (minimum of) the top three (3) Tenderers to participate where more than (3) SPD submissions are received."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "98363000",
                        "description": "Diving services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "deliveryLocation": {
                    "description": "West Coast of Scotland"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "communication": {
            "atypicalToolUrl": "http://www.publiccontractsscotland.gov.uk"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Economic Operators will be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015 on the basis of information provided within the SPD.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Please refer to these statements when completing SPD Part 4. Tenderers should note that a response to the following questions is mandatory: [4B1a] General Yearly Turnover [4B3] Set up of economic operator [4B5a] Insurance - Professional Risk Indemnity [4B5b] Insurance - Employer's (Compulsory) Liability [4B5c] Insurance - Public Liability Tenderers shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, Tenderers shall: (a) in response to Question Ref. 4B.1.a - The Tenderer should provide it's (general) yearly turnover for the previous 3 financial years, and also provide annual accounts as filed at Companies House (or equivalent if not UK registered company) for the last three years of trading, or for the period which is available if trading for less than three. Recent accounts are preferred. Subsequently draft accounts would be preferred for the most recent trading period if filed accounts are unavailable. CFL shall take the following ratios into account when reviewing the latest set of accounts, whether they be draft or published: ----- 1- Return on Capital Employed Ratio will be calculated as follows; Net profit after Tax divided by Net Assets (Total assets less Current Liabilities) ----- 2- Acid Test (Current Ratio) Ratio will be calculated as follows; Net Current Assets divided by Net Current Liabilities ----- 3- Gearing Ratio will be calculated as total debt/total equity ----- 4- Interest Coverage Ratio will be calculated as Earnings Before Interest & Taxes, (EBIT) divided by interest payments due in the period ----- (b) in response to Question Ref. 4B.5, (a,b & c) confirm they already have or can commit to obtain the required levels of insurance prior to commencement of the contract.",
                    "minimum": "[4B1a] General Yearly Turnover Tenderers shall be required to satisfy minimum standards of economic and financial standing. These are described below: ----- 1- Return on Capital Employed: must be at a ratio greater than \"0\" 2- Acid Test (Current Ratio): Current Ratio must be greater than \"1\" 3- Gearing: Gearing must be a figure of less than 100% 4- Interest Coverage: Interest Coverage must be a figure of 2 or above ----- There must be no qualification or contra-indication from any evidence provided in support of the Tenderer's economic and financial standing. ---- In response to Question Ref: 4B.5, (a,b & c), Tenderers must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: Employer's Liability Insurance = GBP 10 Million Public Liability Insurance = GBP 5 Million Professional Indemnity Insurance = GBP 5 Million Tenderers should purchase any other insurance cover as necessary, taking into account the terms and conditions of this contract. In responding to Question Ref. 4B.5, (a,b & c) of the SPD, where a Tenderer ticks the box \"No, and I cannot commit to obtain it\" the submission shall be marked as FAIL. Tenderers which alter their composition after making a submission will be the subject of re-evaluation.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Technical and Professional Ability Part 4 & Qualification Attachment The SPD and Qualification Attachment are designed to allow CFL to review evidence of Tenderer's experience in delivering similar services to the service being tendered. The SPD and appropriate Tender responses should not make forward looking statements. CFL will use the information provided in Tenderers responses to establish that each Tenderer has in the past provided a safe, responsive, compliant and innovative service in relation to the supply of Commercial Diving Services SPD: Technical and Professional Ability Part 4 A response is mandatory for the following questions: [4C1.1/4C1.2] Relevant Examples In response to the above question. Tenderers must also fully complete and return the Qualification Attachment. Responses to each of the (9) questions in the Qualification Attachment shall be weighted as follows: Q1-25% - Case Study 1 Q2-25% - Case Study 2 Q3- Pass/Fail Q4- Pass/Fail Q5-10% - Safety Management Systems Q6-10% - Quality Control Q7-10% - Risk Assessment Q8-10% - Health & Safety Reporting Q9-10% - Maintenance of Equipment The following responses must also be completed by the Tenderer in completing Technical and Professional Ability Part 4: [4C8.1] Average annual manpower [4C8.2] Number of managerial staff [4C10] Subcontracting proportion",
                    "minimum": "If any question subject to 'pass/fail' scoring is scored 'fail' the entire submission may be set aside and take no further part in the competition. Technical and Professional Ability Part 4 & Qualification Attachment SPD: Technical and Professional Ability Part 4 A response is mandatory for the following questions: [4C1.1/4C1.2] Relevant Examples Responses to each of the 9 questions in the Qualification Attachment are mandatory, a nil response for any question in the section shall be marked as a \"fail\". [4C8.1] Average annual manpower Response is mandatory but not scored, for information only. Existence of a response shall determine \"pass/fail\" criteria. ----- [4C8.2] Number of managerial staff - Not scored, for information only Response is mandatory but not scored, for information only. Existence of a response shall determine \"pass/fail\" criteria. ----- [4C10] Subcontracting proportion Response is mandatory, if a Tenderer intends to subcontract more than 51% of their responsibilities under the Framework this response will be marked as a \"fail\". ----- Tenderers must score a minimum of 50% in total across all responses to the Qualification Attachment. Where a score of less than 50% is achieved the submission shall be deemed non-compliant. Questions in the Qualification Attachment shall be scored in accordance with Section II.2 (Description) of this Contract Notice.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "KPIs and Reporting Requirements shall be published along with the ITT during Stage 2 of this Procurement."
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true,
            "invitationDate": "2021-02-24T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-02-17T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "The Framework shall be in place for a period of 4 years from the Framework commencement date, at which point the service shall be re-tendered."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-1635",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "The Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA191QP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Christopher Curtis",
                "telephone": "+44 1475650100",
                "email": "christopher.curtis@calmac.co.uk",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.calmac.co.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Ferry Company"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-910",
            "name": "Greenock Sheriff Court",
            "identifier": {
                "legalName": "Greenock Sheriff Court"
            },
            "address": {
                "streetAddress": "1 Nelson Street",
                "locality": "Greenock",
                "postalCode": "PA15 1TR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1475787073"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-19191",
            "name": "Shearwater Marine Service",
            "identifier": {
                "legalName": "Shearwater Marine Service"
            },
            "address": {
                "streetAddress": "Unit 19, Sandbank Business Park, Highland Avenue",
                "locality": "Dunoon",
                "region": "UKM63",
                "postalCode": "PA23 8PB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1369705949"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1635",
        "name": "CalMac Ferries Limited"
    },
    "language": "en",
    "awards": [
        {
            "id": "013097-2021-CSSD20-026-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-19191",
                    "name": "Shearwater Marine Service"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "013097-2021-CSSD20-026-1",
            "awardID": "013097-2021-CSSD20-026-1",
            "status": "active",
            "dateSigned": "2021-06-10T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "5",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "6",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "7",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "9",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "3",
                "measure": "lowestValidBidValue",
                "relatedLot": "1",
                "value": 267446,
                "currency": "GBP"
            },
            {
                "id": "4",
                "measure": "highestValidBidValue",
                "relatedLot": "1",
                "value": 495176,
                "currency": "GBP"
            },
            {
                "id": "1",
                "measure": "lowestValidBidValue",
                "value": 267446,
                "currency": "GBP"
            },
            {
                "id": "2",
                "measure": "highestValidBidValue",
                "value": 495176,
                "currency": "GBP"
            }
        ]
    }
}