Award

Supply, Installation and Commissioning of Replacement Generator Sets

CALMAC FERRIES LIMITED

This public procurement record has 3 releases in its history.

Award

16 Jan 2020 at 00:00

TenderUpdate

16 Jul 2018 at 00:00

Tender

11 Jul 2018 at 00:00

Summary of the contracting process

CalMac Ferries Limited is seeking suppliers for their tender titled "Supply, Installation and Commissioning of Replacement Generator Sets" for the MV Caledonian Isles, located in Gourock, Scotland. This procurement process is currently at the contract award stage, having been completed on 6th October 2018, with a total contract value of £609,308.12. The procurement method used was an open procedure, and the main category of procurement falls under goods.

This tender presents significant business opportunities for companies engaged in providing marine equipment, specifically for the installation and maintenance of generator sets. Businesses with expertise in ferry operations, marine engineering, and those offering ancillary services related to ship repairs and maintenance will be well-positioned to compete for such contracts. The technical specifications suggest that companies must meet quality assurance standards and provide comprehensive service schedules, making this a viable opportunity for firms capable of delivering high-quality equipment and services in the ferry transport sector.

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

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

MITCHELL POWERSYSTEMS

Further Information

Notice Documents

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-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"
            }
        ]
    }
}