Notice Information
Notice Title
Supply of Two New Towage Boats (Design and Build)
Notice Description
The Council, as Statutory Harbour Authority has a requirement for the supply of one tug boat and/or design and build of up to two new tug boats which meet the Council's specification, which are required to provide a safe and reliable towage service in the Scapa Flow (including Flotta Oil Terminal) and Kirkwall harbour areas and elsewhere.The existing fleet of three (3) tug boats (built 1989 and 1992) requires to be replaced as part of a planned programme in order to provide towage to the Flotta Oil Terminal, Scapa Flow and Kirkwall and to meet increasing demands and specification requirements within and beyond Orkney for towage. With a modern design vessel it is expected that greater operational safety margins, flexibility and efficiencies will be achieved.
Lot Information
Supply of One New Tug Boat
Lot 1 The provision (design and build contract) of one new build tug to meet the Council's specification, this may include a new build tug that is currently under construction/constructed but unused with a Contract duration and delivery timescale following successful sea trials, of between 6 months and 12 months with an option to extend for a further 6 months. The Vessel is to be designed primarily to carry out complex harbour towage duties but must meet all of the details as indicated in the principle dimensions and specifications stated below. The Owner of the vessel will be Orkney Islands Council, operated through Marine Services based in the Harbour Authority Building, Scapa, Orkney KW15 1SD, Scotland. The Specification is given as a guide as to the specific requirements of the Owner. PRINCIPLE DIMENSIONS AND SPECIFICATIONs Length Overall in the region of 32 metres Breadth Extreme 12 to 14 metres Operating Draught maximum of 5.50metres (navigational draft) when fully loaded with fuel and fresh water Fuel Capacity minimum of 120 cubic metres Fresh Water Capacity minimum of 14 cubic metres Class Constructed to Lloyds Register survey, delivered in Class (LR) at least to the following; +100A1 Escort Tug UMS +LMC Firefighting 1, with water spray *IWS GRT Should be less than 500 These principle dimensions and specifications can vary to suit the Ship Builder's final design as long as the requirements of the specification are met - although it is not expected that there will be large differences to the details stated.. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 78 of the utilities Contracts (Scotland) Regulations 2016.
Renewal: There is an option to extend the initial 12 months duration of the contract by a maximum period of 6 months which will be at the sole discretion of the Council.
Supply of Two New Towage Boats (Design and Build)Lot 2 The provision (design and build) of two new-build tug boats to meet the Council's specification as detailed in Lot 1. The first tug is to be delivered subject to successful sea trials in the initial 14 months period of the Contract with the second tug delivered in the second 12 month extension period subject to the Council taking up the option, subject to availability of funding for the supply of a second tug boat. A break point in the Contract will be established at which point the decision will be made by the Council to take up the option to extend the Contract by a further 1 x 12 months, there will be a further option to extend the contract by 1 x 6 months to take account of any unforeseen delays.. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 78 of the Utilities Contracts (Scotland) Regulations 2016.
Renewal: There is an option to extend the initial 14 months duration of this contract by a maximum of 6 months which will be at the sole discretion of the Council.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000512691
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL391519
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F6 - Contract Award Notice (Utilities)
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
-
- CPV Codes
34513200 - Tug boats
34520000 - Boats
34521000 - Specialised boats
Notice Value(s)
- Tender Value
- £16,000,000 £10M-£100M
- Lots Value
- £24,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £12,200,000 £10M-£100M
Notice Dates
- Publication Date
- 28 Jul 20205 years ago
- Submission Deadline
- 17 Nov 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 1 Feb 20197 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Unsuccessful
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- ORKNEY ISLANDS COUNCIL (HARBOUR AUTHORITY)
- Contact Name
- Rosemary Colsell
- Contact Email
- rosemary.colsell@orkney.gov.uk
- Contact Phone
- +44 1856873535
Buyer Location
- Locality
- KIRKWALL
- Postcode
- KW15 1NY
- Post Town
- Kirkwall
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM2 Highlands and Islands
- Small Region (ITL 3)
- TLM20 Highlands and Islands
- Delivery Location
- TLM65 Orkney Islands
-
- Local Authority
- Orkney Islands
- Electoral Ward
- Kirkwall East
- Westminster Constituency
- Orkney and Shetland
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT298557&idx=2
18th October 2017 - 002 - Appendix A to the Contract Notice for the Supply of Two New Towage Boats -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT298557&idx=1
18th October 2017 - ESPD (Scotland) Documentation -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT298557
Supply of Two New Towage Boats (Design and Build) - The Council, as Statutory Harbour Authority has a requirement for the supply of one tug boat and/or design and build of up to two new tug boats which meet the Council's specification, which are required to provide a safe and reliable towage service in the Scapa Flow (including Flotta Oil Terminal) and Kirkwall harbour areas and elsewhere.The existing fleet of three (3) tug boats (built 1989 and 1992) requires to be replaced as part of a planned programme in order to provide towage to the Flotta Oil Terminal, Scapa Flow and Kirkwall and to meet increasing demands and specification requirements within and beyond Orkney for towage. With a modern design vessel it is expected that greater operational safety margins, flexibility and efficiencies will be achieved. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL391519
Supply of Two New Towage Boats (Design and Build) - The Council, as Statutory Harbour Authority has a requirement for the supply of one tug boat and/or design and build of up to two new tug boats which meet the Council's specification, which are required to provide a safe and reliable towage service in the Scapa Flow (including Flotta Oil Terminal) and Kirkwall harbour areas and elsewhere.The existing fleet of three (3) tug boats (built 1989 and 1992) requires to be replaced as part of a planned programme in order to provide towage to the Flotta Oil Terminal, Scapa Flow and Kirkwall and to meet increasing demands and specification requirements within and beyond Orkney for towage. With a modern design vessel it is expected that greater operational safety margins, flexibility and efficiencies will be achieved.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000512691-2020-07-28T00:00:00Z",
"date": "2020-07-28T00:00:00Z",
"ocid": "ocds-r6ebe6-0000512691",
"initiationType": "tender",
"parties": [
{
"id": "org-3",
"name": "Kirkwall Sheriff Court",
"identifier": {
"legalName": "Kirkwall Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, Watergate",
"locality": "Kirkwall",
"region": "UKM65",
"postalCode": "KW15 1PD"
},
"contactPoint": {
"name": "Rosemary Colsell",
"email": "rosemary.colsell@orkney.gov.uk",
"telephone": "+44 1856873535",
"url": "http://www.orkneyharbours.com"
},
"roles": [
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Port-related activities",
"scheme": "TED_CE_ACTIVITY"
}
],
"url": "http://www.orkneyharbours.com"
}
},
{
"id": "org-1",
"name": "Orkney Islands Council (Harbour Authority)",
"identifier": {
"legalName": "Orkney Islands Council (Harbour Authority)"
},
"address": {
"streetAddress": "Council Offices, School Place",
"locality": "Kirkwall",
"region": "UKM65",
"postalCode": "KW15 1NY"
},
"contactPoint": {
"name": "Rosemary Colsell",
"email": "rosemary.colsell@orkney.gov.uk",
"telephone": "+44 1856873535",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Port-related activities",
"scheme": "TED_CE_ACTIVITY"
}
],
"url": "http://www.orkneyharbours.com"
}
},
{
"id": "org-2",
"name": "Sanmar Denizcilik Mak. ve Tic. A.S.",
"identifier": {
"legalName": "Sanmar Denizcilik Mak. ve Tic. A.S."
},
"address": {
"streetAddress": "Aydintepe Mh. Guzin Sok. No:31 Icmeler Tuzla",
"locality": "Istanbul",
"region": "00",
"postalCode": "34947"
},
"contactPoint": {
"email": "info@sanmar.com.tr"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://www.sanmar.com.tr"
}
}
],
"buyer": {
"name": "Orkney Islands Council (Harbour Authority)",
"id": "org-1"
},
"tender": {
"id": "OIC/PROC/0647",
"title": "Supply of Two New Towage Boats (Design and Build)",
"description": "The Council, as Statutory Harbour Authority has a requirement for the supply of one tug boat and/or design and build of up to two new tug boats which meet the Council's specification, which are required to provide a safe and reliable towage service in the Scapa Flow (including Flotta Oil Terminal) and Kirkwall harbour areas and elsewhere.The existing fleet of three (3) tug boats (built 1989 and 1992) requires to be replaced as part of a planned programme in order to provide towage to the Flotta Oil Terminal, Scapa Flow and Kirkwall and to meet increasing demands and specification requirements within and beyond Orkney for towage. With a modern design vessel it is expected that greater operational safety margins, flexibility and efficiencies will be achieved.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "34513200",
"scheme": "CPV"
},
{
"id": "34521000",
"scheme": "CPV"
},
{
"id": "34520000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "On completion of successful sea trials the vessel is required to be delivered to the Orkney Islands, however the location of the ship yard is not stipulated."
},
"deliveryAddresses": [
{
"region": "UKM65"
},
{
"region": "UKM65"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "34521000",
"scheme": "CPV"
},
{
"id": "34520000",
"scheme": "CPV"
},
{
"id": "34513200",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "On completion of successful sea trials the vessel is required to delivered to the Orkney Islands, however the location of the shipyard is not stipulated."
},
"deliveryAddresses": [
{
"region": "UKM65"
},
{
"region": "UKM65"
}
],
"relatedLot": "2"
}
],
"value": {
"amount": 16000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2017-11-17T12:00:00Z"
},
"documents": [
{
"id": "OCT298557",
"documentType": "contractNotice",
"title": "Supply of Two New Towage Boats (Design and Build)",
"description": "The Council, as Statutory Harbour Authority has a requirement for the supply of one tug boat and/or design and build of up to two new tug boats which meet the Council's specification, which are required to provide a safe and reliable towage service in the Scapa Flow (including Flotta Oil Terminal) and Kirkwall harbour areas and elsewhere.The existing fleet of three (3) tug boats (built 1989 and 1992) requires to be replaced as part of a planned programme in order to provide towage to the Flotta Oil Terminal, Scapa Flow and Kirkwall and to meet increasing demands and specification requirements within and beyond Orkney for towage. With a modern design vessel it is expected that greater operational safety margins, flexibility and efficiencies will be achieved.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT298557",
"format": "text/html"
},
{
"id": "OCT298557-1",
"title": "ESPD (Scotland) Documentation",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT298557&idx=1",
"datePublished": "2017-10-18T12:07:58Z",
"dateModified": "2017-10-18T12:07:58Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "OCT298557-2",
"title": "002 - Appendix A to the Contract Notice for the Supply of Two New Towage Boats",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT298557&idx=2",
"datePublished": "2017-10-18T12:07:59Z",
"dateModified": "2017-10-18T12:07:59Z",
"format": "application/octet-stream"
},
{
"id": "JUL391519",
"documentType": "awardNotice",
"title": "Supply of Two New Towage Boats (Design and Build)",
"description": "The Council, as Statutory Harbour Authority has a requirement for the supply of one tug boat and/or design and build of up to two new tug boats which meet the Council's specification, which are required to provide a safe and reliable towage service in the Scapa Flow (including Flotta Oil Terminal) and Kirkwall harbour areas and elsewhere.The existing fleet of three (3) tug boats (built 1989 and 1992) requires to be replaced as part of a planned programme in order to provide towage to the Flotta Oil Terminal, Scapa Flow and Kirkwall and to meet increasing demands and specification requirements within and beyond Orkney for towage. With a modern design vessel it is expected that greater operational safety margins, flexibility and efficiencies will be achieved.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL391519",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Supply of One New Tug Boat",
"description": "Lot 1 The provision (design and build contract) of one new build tug to meet the Council's specification, this may include a new build tug that is currently under construction/constructed but unused with a Contract duration and delivery timescale following successful sea trials, of between 6 months and 12 months with an option to extend for a further 6 months. The Vessel is to be designed primarily to carry out complex harbour towage duties but must meet all of the details as indicated in the principle dimensions and specifications stated below. The Owner of the vessel will be Orkney Islands Council, operated through Marine Services based in the Harbour Authority Building, Scapa, Orkney KW15 1SD, Scotland. The Specification is given as a guide as to the specific requirements of the Owner. PRINCIPLE DIMENSIONS AND SPECIFICATIONs Length Overall in the region of 32 metres Breadth Extreme 12 to 14 metres Operating Draught maximum of 5.50metres (navigational draft) when fully loaded with fuel and fresh water Fuel Capacity minimum of 120 cubic metres Fresh Water Capacity minimum of 14 cubic metres Class Constructed to Lloyds Register survey, delivered in Class (LR) at least to the following; +100A1 Escort Tug UMS +LMC Firefighting 1, with water spray *IWS GRT Should be less than 500 These principle dimensions and specifications can vary to suit the Ship Builder's final design as long as the requirements of the specification are met - although it is not expected that there will be large differences to the details stated.. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 78 of the utilities Contracts (Scotland) Regulations 2016.",
"status": "complete",
"value": {
"amount": 8000000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 540
},
"hasRenewal": true,
"renewal": {
"description": "There is an option to extend the initial 12 months duration of the contract by a maximum period of 6 months which will be at the sole discretion of the Council."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
}
},
{
"id": "2",
"title": "Supply of Two New Towage Boats (Design and Build)",
"description": "Lot 2 The provision (design and build) of two new-build tug boats to meet the Council's specification as detailed in Lot 1. The first tug is to be delivered subject to successful sea trials in the initial 14 months period of the Contract with the second tug delivered in the second 12 month extension period subject to the Council taking up the option, subject to availability of funding for the supply of a second tug boat. A break point in the Contract will be established at which point the decision will be made by the Council to take up the option to extend the Contract by a further 1 x 12 months, there will be a further option to extend the contract by 1 x 6 months to take account of any unforeseen delays.. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 78 of the Utilities Contracts (Scotland) Regulations 2016.",
"status": "complete",
"value": {
"amount": 16000000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "The candidates that achieve the top highest scores in the scored and weighted sections of the ESPD will be issued with invitation to tender documentation."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 960
},
"hasRenewal": true,
"renewal": {
"description": "There is an option to extend the initial 14 months duration of this contract by a maximum of 6 months which will be at the sole discretion of the Council."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2
},
"contractTerms": {
"hasElectronicPayment": true,
"performanceTerms": "As detailed in the Invitation to Tender Documentation.",
"financialTerms": "interim/Installments and stage payments to be as detailed in the invitation to tender documentation.",
"tendererLegalForm": "In the instance of a consortium submittin a bid and is awarded the Contract, the Consortium must form a legal entity before entering into the contract which is recognised in Scots Law."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"reductionCriteria": "As stated in the ESPD and the Appendix A to the Contract Notice for the Supply of Two New Towage Boats (Design and Build)"
},
"secondStage": {
"invitationDate": "2017-11-24T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "As stated in the Appendix A to the Contract Notice for the Supply of Two New Towage Boats (Design and Build)bidders are required to be enrolled in the relevant professional or trade registers of the Country in which they are established. For the UK - Register of Companies."
},
{
"type": "economic",
"description": "As stated in the ESPD and the Appendix A to the Contract Notice for the Supply of Two New Towage Boats (Design and Build).",
"minimum": "Question 4B.1.1 Bidders should provide their general yearly turnover for the most recent two years (as per their audited accounts). Question 4B.2.1 Bidders should provide their \"specific\" yearly turnover in the business area(s) covered by the contract for the most recent two years (as per their audited accounts) Question 4B.3 Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up / started trading. Question 4B.4 Bidders will be required to state the values for the following financial ratios for the most recent two years and it is a minimum requirement that the ratios are within the acceptable range: Liquidity Ratio of the Company (current assets divided by current liabilities - found on Balance Sheet) The acceptable range for this ratio is: 1:2 or more Ratio value (Year:............): Ratio value (Year:............): Net Profit Margin of the Company (net profits divided by revenue x 100) The acceptable range for this ratio is: >0 (i.e. Positive) Ratio value (Year:............): Ratio value (Year:............): Annualised Contract value to Turnover (Annualised Contract value : Contract Value divided by Contract Duration as per Contract Notice) The acceptable range for this ratio is:1:2 or more Annualised Contract value: Ratio value (Year:............): Ratio value (Year:............): Question 4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 10,000,000 GBP Bidders are required to provide copies of the certificates of insurance to the Authority. Question 4B.5.2 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Public Liability Insurance = 10,000,000 GBP Contractor's All Risk Insurance must be in place for all risks up to and including the minimum value of the Contract. Marine Insurance must be in place to fully insure the vessel for sea trails and delivery as a minimum, this will include Protection and Indemnity and Hull and Machinery. The Marine Insurance is required to be placed with an International Club Company, with values suitable for the risks involved. Question 4B.6 Bidders shall include copies of the audited accounts for the most recent two years and, where appropriate, shall provide additional supporting information including eg. details of any significant differences since the last set of audited accounts. The following additional supporting information can also be provided in respect of your organisation: i. A statement of your turnover, profit and loss account and cashflow for the most recent year of trading; and/or ii. A statement of your cashflow forecast for the current year and a bank letter outlining the current cash and credit position; and/or iii. An alternative means of demonstrating financial status"
},
{
"type": "technical",
"description": "Question 4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in the Contract Notice One example (Tug Boat or similar) within the last 3 years required. (Scored and Weighted Section = 30%) Question 4C.5 Bidders will be required to confirm that they will allow checks to be conducted on their production and technical capacities and where necessary on the means of study and research facilities available to it and on the quality control measures employed. 1: Bidders to supply reference(s) from owner(s) of vessel(s) stated in 4C.1.2 with confirmation of the owners details. 2: Bidders to supply details of shipyard(s) that may be used for this contract - to include but not limited to location, previous builds (last 5 years) and possible capacity for this contract. (Scored and Weighted Section = 25%) Question 4C.6.1 Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications: Educational and professional qualifications relevant to the subject matter of the Contract. (Scored and Weighted Section = 5%) Question 4C.7 Bidders are required to confirm that they will employ environmental management measures that meet the following requirements: Relevant Port Authority Environmental Management Procedures (Scored and Weighted Section = 5%) Question 4C.9 Bidders will be required to demonstrate that they have (or have access to( the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. (Scored and Weighted Section = 10%) Question 4C.10 Please provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract: (For information Only) Question 4C.12 Bidders will be required to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products meet the following technical specifications or standards: 1: Confirmation that bidders will use equipment to the Marine Equipment Directive (MED) standard in force at the time of award of contract - and where applicable for the type of vessel being constructed. 2: Confirmation that Lloyds Register (LR) classification for this contract is acceptable complete with details of proposed LR office(s) to be used for this vessel. (Scored and Weighted Section = 25%) Question 4D.1 - Quality Management Procedures and Health and Safety Procedures Pass/Fail Question 4D.2 - Environmental Management Systems or Standards Pass/Fail",
"minimum": "As stated within the ESPD and the Appendix A to the Contract Notice for the Supply of Two New Towage Boats (Design and Build) Questions 4C1.2, Question 4C.5, Question 4C.6.1, Question 4C.7, Question 4C.9 and Question 4C.12 shall be marked 0-4 in accordance with the following markings scheme: Score = 0 Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. Score = 1 Poor - Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient detail or explanation to demonstrate how the requirement will be fulfilled. Score = 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. Score = 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. Score = 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. The weighting to be applied to each question is as follows: Question 4C.1.2 30% Question 4C.5 25% Question 4C.6.1 5% Question 4C.7 5% Question 4C.9 10% Question 4C.12 25% Tenderers must achieve a minimum score of 2 'acceptable' against each of the scored and weighted questions. Failure to achieve an acceptable score will result in a tenderers exclusion from the procurement exercise."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
},
"requiresGuarantees": true
},
"classification": {
"id": "34513200",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "The Council reserves the right to cancel the procurement at any time and not award a Contract. The expenditure, work or effort undertaken by bidders prior to the award of Contract is accordingly a matter solely for the commerical judgement of bidders. Late tenders will not be considered by the Council. An economic operator that suffers, or risks suffering damage or loss attributable to a breach of duty under the Public Contracts (Scotland)Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. Tenderers should complete the ESPD (Scotland) referring to this Contract Notice and in the Appendix A to the Contract Notice for the Supply of One New Pilot Boat (Design and Build). (SC Ref:626709)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000512691"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000512691"
}
],
"noticetype": "OJEU - F6 - Contract Award Notice (Utilities)",
"awards": [
{
"id": "OIC/PROC/0647-1",
"title": "Supply of Two New Towage Boats (Design and Build)",
"suppliers": [
{
"id": "org-2",
"name": "Sanmar Denizcilik Mak. ve Tic. A.S."
}
],
"relatedLots": [
"2"
]
},
{
"id": "OIC/PROC/0647-2",
"title": "Supply of One New Tug Boat",
"status": "unsuccessful",
"statusDetails": "unsuccessful",
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "OIC/PROC/0647-1",
"awardID": "OIC/PROC/0647-1",
"title": "Supply of Two New Towage Boats (Design and Build)",
"status": "active",
"value": {
"amount": 12200000,
"currency": "GBP"
},
"dateSigned": "2019-02-01T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 201-414367"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 4,
"relatedLot": "2"
},
{
"id": "2",
"measure": "smeBids",
"value": 0,
"relatedLot": "2"
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"value": 1,
"relatedLot": "2"
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"value": 3,
"relatedLot": "2"
},
{
"id": "5",
"measure": "electronicBids",
"value": 4,
"relatedLot": "2"
}
]
}
}