Tender

Hybrid Battery Replacement

CALMAC FERRIES LIMITED

This public procurement record has 1 release in its history.

Tender

25 Aug 2022 at 15:19

Summary of the contracting process

The procurement process for the contract titled "Hybrid Battery Replacement" is being conducted by CalMac Ferries Ltd (CFL). The procurement falls under the industry category of marine equipment. The tender involves a framework agreement for the replacement of hybrid batteries for specified vessels with future options. Key dates include the tender period end on September 26, 2022, and the invitation date for the second stage on October 10, 2022. The procurement is at the selective stage, using the Restricted procedure.

This tender by CalMac Ferries Ltd presents an opportunity for businesses involved in providing replacement marine equipment. Companies capable of supplying and implementing battery systems for vessels would be well-suited to compete in this procurement. Given the framework agreement nature of the contract, successful bidders could benefit from a stable period of 24 months with potential extensions. It's crucial for interested businesses to meet the technical and financial requirements outlined in the selection criteria to be considered for the subsequent stages of the procurement process.

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

Hybrid Battery Replacement

Notice Description

CalMac Ferries Ltd (CFL) is seeking to appoint a single supplier for a Framework Agreement for the Provision of Replacement Hybrid Batteries for the MV Lochinvar with options included for MV Hallaig and MV Catriona.

Lot Information

Lot 1

The Hybrid Battery Systems installed on MV Lochinvar, MV Hallaig and MV Catriona are reaching their end of useful life. It is our intention to replace these systems with new supportable equivalent of the same or better capacity/performance to the original. The Battery System shall include the Battery and any associated equipment/systems required to interface the Battery with the vessels control/management system(s) and allow installation of the Batteries within the vessels. The planned installation dates for the Battery Systems are as follows (these may be subject to change): MV Lochinvar - March 2023 MV Hallaig - September 2023 (possibly September 2024) MV Catriona - December 2024 (possibly December 2025) The MV Lochinvar shall be considered as a firm requirement of this Framework, the MV Hallaig and the MV Catriona are included as options only to be taken up in the future at CFL's sole discretion. The Framework shall run for a period of 24 months with the option to extend for further 2 x 12 month periods. It shall automatically expire when all optional purchases have been made.

Renewal: 2 x 12 month periods

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03630d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/023839-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation


CPV Codes

34930000 - Marine equipment

Notice Value(s)

Tender Value
£2,400,000 £1M-£10M
Lots Value
£2,400,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
25 Aug 20223 years ago
Submission Deadline
26 Sep 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CALMAC FERRIES LIMITED
Contact Name
Not specified
Contact Email
jeremi.bielecki@calmac.co.uk
Contact Phone
+44 01475650230

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

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-03630d-2022-08-25T16:19:11+01:00",
    "date": "2022-08-25T16:19:11+01:00",
    "ocid": "ocds-h6vhtk-03630d",
    "description": "CFL's general conditions of the procurement will be published in the ITT. In the meantime, Economic Operators should note that the conditions of the procurement include (but are not limited to) the following: -The eligibility requirements in this Contract Notice will apply to the procurement at all times. Economic Operators may be excluded from this competition if the Economic Operator no longer meets the selection criteria set out in the Contract Notice at any stage during the competition and/or there is a change in identity, control, financial standing or other factor impacting on the selection process affecting the Economic Operator; -CFL is subject to the requirements of the Freedom of Information (Scotland) Act 2002 and the Environmental Information (Scotland) Regulations 2004. Accordingly, all information submitted to CFL may need to be disclosed and/or published by it in response to a request under FOISA or the EIRs; and -Economic Operators will remain responsible for all costs and expenses incurred by them in connection with this competition. CFL will not be liable to reimburse or compensate any costs incurred in connection with an Economic Operator's participation in this competition, including any costs or other liability in respect of the cancellation of the process. Tenderers should note that this competition is being run under the Restricted procedure and as such we are not able to negotiate on any of our Terms and Conditions. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 5965. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 (SC Ref:704542)",
    "initiationType": "tender",
    "tender": {
        "id": "AM22-005",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Hybrid Battery Replacement",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "34930000",
            "description": "Marine equipment"
        },
        "mainProcurementCategory": "goods",
        "description": "CalMac Ferries Ltd (CFL) is seeking to appoint a single supplier for a Framework Agreement for the Provision of Replacement Hybrid Batteries for the MV Lochinvar with options included for MV Hallaig and MV Catriona.",
        "value": {
            "amount": 2400000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Hybrid Battery Systems installed on MV Lochinvar, MV Hallaig and MV Catriona are reaching their end of useful life. It is our intention to replace these systems with new supportable equivalent of the same or better capacity/performance to the original. The Battery System shall include the Battery and any associated equipment/systems required to interface the Battery with the vessels control/management system(s) and allow installation of the Batteries within the vessels. The planned installation dates for the Battery Systems are as follows (these may be subject to change): MV Lochinvar - March 2023 MV Hallaig - September 2023 (possibly September 2024) MV Catriona - December 2024 (possibly December 2025) The MV Lochinvar shall be considered as a firm requirement of this Framework, the MV Hallaig and the MV Catriona are included as options only to be taken up in the future at CFL's sole discretion. The Framework shall run for a period of 24 months with the option to extend for further 2 x 12 month periods. It shall automatically expire when all optional purchases have been made.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 2400000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 x 12 month periods"
                },
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "This Procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made via the PCS-Tender messaging system. The process to be applied will be: - Statements including the specific requirements can be found within Section III.1.2 and III.1.3 of the Contract Notice. -Bidders must pass the minimum standards sections of the SPD (Scotland). Qualification Envelope: Part 3, Section A, B, C, D and Part 4 Section C will be scored on a pass/fail basis. If any question subject to 'pass/fail' scoring be scored 'fail' the entire submission may be set aside and take no further part in the competition. Technical Envelope: Part 4 Section C of the SPD (Scotland) will be scored in the following way: 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. The responses to the questions of Section III.1.3 of the Contract Notice will be weighted the following way: PREVIOUS EXPERIENCE 40% PREVIOUS PERFORMANCE 35% TECHNICIANS AND TECHNICAL BODIES 5% QUALIFICATIONS 5% ENVIRONMENTAL MANAGEMENT 5% SUBCONTRACTING 5% QUALITY CONTROL 5% We will take the top five (5) highest scoring bidders through to the next stage and they will be invited to submit a tender."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34930000",
                        "description": "Marine equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.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 Single Procurement Document(SPD).",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "minimum": "Economic Operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, Economic Operators shall: in response to Question Ref. 4B.2.1 provide the specific annual turnover in the business area(s) covered by the contract notice and the associated 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 years; Requirement: Number of fiscal years: 3 Minimum required turnover per year: GBP 3 Million There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing. In response to Question Ref. 4B.5.1a 4B.5.1b and 4B.5.2 Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: Employer's (Compulsory) Liability: GBP 5 MILLION Public Liability: GBP 5 MILLION Product Liability: GBP 10 MILLION The bidder should purchase any other insurance cover as necessary, taking into account the terms and conditions of this contract. In responding to Question Ref. 4B.5.1b and 4B.5.2 of the SPD, where a bidder ticks the box \"No, and I cannot commit to obtain it\" the submission shall be marked as FAIL. Economic operators which alter their composition after making a submission will be the subject of re-evaluation. CalMac Ferries reserve the right not to conclude any contract as a result of the procurement process initiated by this notice and to make whatever changes CalMac Ferries deem appropriate to the content, process, timing and structure of the procurement process."
                },
                {
                    "type": "technical",
                    "description": "Technical or Professional Ability Part 4C. This SPD is designed to allow CFL to review evidence of prior supply and implementations of your product(s) and should not make forward-looking statements or predict where products or features may have utility for CFL. CFL requires that you are able to demonstrate via previous examples satisfactory supply, implementation and performance of your product.",
                    "minimum": "Qualification Envelope: Part 3, Section A, B, C, D and Part 4 Section B will be scored on a pass/fail basis. If any question subject to 'pass/fail' scoring be scored 'fail' the entire submission may be set aside and take no further part in the competition. Statement for question 4C.10 - Bidders will be required to confirm whether they intend to subcontract and if so, for what proportion of the contract.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-09-26T12:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2022-10-10T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-6996",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 01475650230",
                "email": "jeremi.bielecki@calmac.co.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "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": "Transport - Ferry Operator"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-6998",
            "name": "Greenock Sheriff Court",
            "identifier": {
                "legalName": "Greenock Sheriff Court"
            },
            "address": {
                "streetAddress": "1 Nelson St",
                "locality": "Greenock",
                "postalCode": "PA15 1TR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1475787073"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-6996",
        "name": "CalMac Ferries Limited"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000704542"
        }
    ],
    "language": "en"
}