Notice Information
Notice Title
Supply, Installation and Commissioning of Replacement Generator Sets
Notice Description
The Supply, Installation and Commissioning of replacement Generator Sets on MV Caledonian Isles
Lot Information
Lot 1
CalMac Ferries Limited is seeking a Contractor to provide the following equipment and services: - Replacement Generator Sets to MV Caledonian Isles - supply & installation & commissioning - Removal and disposal of existing Generator Sets - Provision of through life service schedule and cost for 4500 hours per annum service plan - Provision of spares package MV Caledonian Isles - Technical Data Gross Registered Tonnage - 5221 tonnes Length Overall - 94.2 metres Draught - 3.165 metres Number of passengers & crew - 1000 ( Euro Class B restricted ) Main Engines - 2 Mirrless Blackstone 2163 KW each Output at 850 RPM Existing Aux Engines Technical Data - 4 off Volvo TAMD 122 AHC, STAMFORD D MHC 534C 2 Gen 230 KW Output at 1500 RPM 415 V 50 HZ, 400A, 287.5 KVA Sea Water Cooling Builders - Richards Shipbuilders Yorkshire UK Year of build - 8TH June 1992 Vessel availability for upgrade - 3rd January to 25th January 2019 ( 14 days). Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000549845
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN377667
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
-
- CPV Codes
31121000 - Generating sets
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £609,308 £500K-£1M
Notice Dates
- Publication Date
- 16 Jan 20206 years ago
- Submission Deadline
- 13 Aug 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 6 Oct 20187 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CALMAC FERRIES LIMITED
- Contact Name
- Not specified
- Contact Email
- brian.smith@calmac.co.uk, nicholas.donnelly@calmac.co.uk
- Contact Phone
- +44 1475650252, +44 1475650321
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
- TLM Scotland
-
- Local Authority
- Inverclyde
- Electoral Ward
- Inverclyde West
- Westminster Constituency
- Inverclyde and Renfrewshire West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL325227
Supply, Installation and Commissioning of Replacement Generator Sets - The Supply, Installation and Commissioning of replacement Generator Sets on MV Caledonian Isles -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN377667
Supply, Installation and Commissioning of Replacement Generator Sets - The Supply, Installation and Commissioning of replacement Generator Sets on MV Caledonian Isles
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-r6ebe6-0000549845-2020-01-16T00:00:00Z",
"date": "2020-01-16T00:00:00Z",
"ocid": "ocds-r6ebe6-0000549845",
"initiationType": "tender",
"parties": [
{
"id": "org-4",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP"
},
"contactPoint": {
"email": "nicholas.donnelly@calmac.co.uk",
"telephone": "+44 1475650321",
"faxNumber": "+44 1475650330",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Operator - Transport",
"scheme": "COFOG"
}
],
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-19",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP"
},
"contactPoint": {
"email": "nicholas.donnelly@calmac.co.uk",
"telephone": "+44 1475650321",
"faxNumber": "+44 1475650330",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-180",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP"
},
"contactPoint": {
"email": "brian.smith@calmac.co.uk",
"telephone": "+44 1475650252",
"faxNumber": "+44 1475650330",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Transport",
"scheme": "COFOG"
},
{
"id": "Ferry Transport",
"scheme": "COFOG"
},
{
"id": "Ferry Operator, Transport",
"scheme": "COFOG"
},
{
"id": "Ferry Operator - Transport",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Operator - Transport",
"scheme": "COFOG"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-216",
"name": "Mitchell Powersystems",
"identifier": {
"legalName": "Mitchell Powersystems"
},
"address": {
"streetAddress": "65 Craigton Road, Govan",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G51 3EQ"
},
"contactPoint": {
"telephone": "+44 1413095367"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "CalMac Ferries Limited",
"id": "org-180"
},
"tender": {
"id": "ITT Code 25134",
"title": "Supply, Installation and Commissioning of Replacement Generator Sets",
"description": "The Supply, Installation and Commissioning of replacement Generator Sets on MV Caledonian Isles",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "31121000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Scotland"
},
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-08-13T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-08-13T12:00:00Z"
},
"documents": [
{
"id": "JUL325227",
"documentType": "contractNotice",
"title": "Supply, Installation and Commissioning of Replacement Generator Sets",
"description": "The Supply, Installation and Commissioning of replacement Generator Sets on MV Caledonian Isles",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL325227",
"format": "text/html"
},
{
"id": "JAN377667",
"documentType": "awardNotice",
"title": "Supply, Installation and Commissioning of Replacement Generator Sets",
"description": "The Supply, Installation and Commissioning of replacement Generator Sets on MV Caledonian Isles",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN377667",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "CalMac Ferries Limited is seeking a Contractor to provide the following equipment and services: - Replacement Generator Sets to MV Caledonian Isles - supply & installation & commissioning - Removal and disposal of existing Generator Sets - Provision of through life service schedule and cost for 4500 hours per annum service plan - Provision of spares package MV Caledonian Isles - Technical Data Gross Registered Tonnage - 5221 tonnes Length Overall - 94.2 metres Draught - 3.165 metres Number of passengers & crew - 1000 ( Euro Class B restricted ) Main Engines - 2 Mirrless Blackstone 2163 KW each Output at 850 RPM Existing Aux Engines Technical Data - 4 off Volvo TAMD 122 AHC, STAMFORD D MHC 534C 2 Gen 230 KW Output at 1500 RPM 415 V 50 HZ, 400A, 287.5 KVA Sea Water Cooling Builders - Richards Shipbuilders Yorkshire UK Year of build - 8TH June 1992 Vessel availability for upgrade - 3rd January to 25th January 2019 ( 14 days). Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 2160
},
"hasRenewal": false,
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
}
}
],
"bidOpening": {
"date": "2018-08-13T12:00:00Z"
},
"contractTerms": {
"performanceTerms": "Tenderers must pass the minimum standards sections, Part 3, sections B, C and D of Part 4. This will be scored on a pass/fail basis. A fail result will lead to rejection of the bid. Technical and quality questions will be scored, 2.2 Proposed Solution, 2.4 Project Management Methodology, 2.5 Class Spares, 2.6 Annual / 4500 hrs Service, 2.7 Warranty, 2.8 Fair work practices. See Invitation to Tender documentation."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "List and brief description of selection criteria: Please refer to these statements when completing section 4B of the ESPD (Scotland) Statement for 4B.4 Bidders must demonstrate a return on capital employed at a ratio of greater than zero. Ratio will be calculated as follows: net profit after tax divided by net assets (total assets less current liabilities). Bidders must demonstrate a Current Ratio of greater than 1. Current Ratio will be calculated as follows: net current assets divided by net current liabilities. There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing. Statement for 4B.1.1 The Bidders must provide its ('general') yearly turnover for the latest 3 financial years Statement for 4B.5.1-3. 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. Employer's (Compulsory) Liability Insurance = 5 million GBP Public Liability Insurance = 5 million GBP Product Liability Insurance = 5 million GBP Professional Indemnity Insurance = 5 million GBP"
},
{
"type": "technical",
"description": "(Minimum level(s) of standards possibly required: Statement for 4.D.1: Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards in accordance with BS EN ISO 9001:2015 (or equivalent) or produce other means of proof concerning the quality assurance schemes Statement for 4.D.1: Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required health and safety standards in accordance with BS OHSAS 18001:2007 Health & Safety Management Systems or working towards ISO 45001:2018 Occupational Health & Safety Management System (or equivalent) or produce other means of proof concerning the health and safety standards Statement for 4.D.2: Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards in accordance with BS EN ISO 14001:2015 (or equivalent) or produce other means of proof concerning required environmental management systems or standards."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "31121000",
"scheme": "CPV"
},
"hasRecurrence": false,
"amendments": [
{
"id": "amd-8",
"description": "Allow appropriate timescales",
"unstructuredChanges": [
{
"oldValue": {
"date": "2018-08-13T12:00:00Z"
},
"newValue": {
"date": "2018-08-15T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2018-08-13T12:00:00Z"
},
"newValue": {
"date": "2018-08-15T12:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
]
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Question scoring methodology for Selection Criteria: pass/fail Award Criteria questions can be found in the ITT together with the weightings. Award scoring methodology will be the following: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 25 - 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. 50- 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. 75 - 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 100 - 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. All tender information is available from Public Contracts Scotland-Tender website, Project Code 11342, ITT Code 25134 Tenderers should note that the following questions have been deleted from the ESPD (Qualification Envelope) and are not required for the purposes of this procurement - Part 2A 2A.16; 2A16.1; 2A16.2; 2A16.3; 2A16.4; 2A16.5; 2A16.6 - Official Lists and Certification Part 2A 2A.18 Lots Part 2B 2B.2; 2B.3; 2B.9 - Information about Representatives of the Bidder. Part 4A 4A.1; 4A1.1 - Trade Register Part 4A 4A.2; 4A2.1; 4A2.2 4A2.3 - Service Contracts Part 4B 4B6; 4B6.1 - Economic and Financial Standing Part4C 4C.1; 4C1.1 - Works Part 4C 4C.2; 4C2.1; 4C.3; 4C.4; 4C.5- Technicians and Technical Bodies Part 4C 4C.6; 4C6.1- Qualifications Part 4C 4C8.1; 4C8.2 - Manpower Part 4C 4C.9 - Equipment Part 4C 4C11; 4C11.1; 4C11.2 - Products Part 4C 4C.12; 4C12.1; 4C12.2 - Quality Control Part4E - Global Question Part 5 All questions- Reduction of the number of qualified candidates Additional Questions Part 4D 4D1.1.1; 4D1.1.2; 4D1.1.2; 4D1.1.3; 4D1.1.4; 4D1.1.5; 4D1.1.6; 4D1.1.7; 4D1.2.1; 4D1.2.2; 4D1.2.3; 4D1.2.4; 4d1.2.5; 4D1.2.8 - Quality Assurance Schemes Part4D 4D2.1; 4D2.3; 4D2.4; 4D2.5; 4D2.6; 4D2.7 (SC Ref:610862)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000549845"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000549845"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000549845"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "ITT Code 25134-1",
"suppliers": [
{
"id": "org-216",
"name": "Mitchell Powersystems"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "ITT Code 25134-1",
"awardID": "ITT Code 25134-1",
"status": "active",
"value": {
"amount": 609308.12,
"currency": "GBP"
},
"dateSigned": "2018-10-06T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 134-304878"
}
],
"bids": {
"statistics": [
{
"id": "333",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "334",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "335",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "336",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "337",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
}
]
}
}