Award

Framework For The Supply And Installation And Commissioning Of Public Address and Talkback Systems

CALMAC FERRIES LIMITED

This public procurement record has 2 releases in its history.

Award

31 May 2019 at 00:00

Tender

03 Oct 2018 at 00:00

Summary of the contracting process

The procurement process involves CalMac Ferries Limited, a central purchasing body based in Gourock, Scotland. They are seeking to establish a framework for the supply, installation, and commissioning of Public Address and Talkback Systems. The procurement stage is currently in the Award phase, with the tender period having ended on 5 November 2018. The total contract value is estimated at £850,000, and the procurement method employed is an open procedure.

This tender presents significant opportunities for businesses specialising in public address systems and related technologies, particularly in the transportation sector. Companies with experience in supplying and installing communication systems, especially those aligned with maritime operations, would be well-placed to compete for this contract. Additionally, SMEs with the requisite capabilities in quality assurance and compliance with industry standards may find this tender advantageous for expanding their operational footprint.

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

Framework For The Supply And Installation And Commissioning Of Public Address and Talkback Systems

Notice Description

A Framework Agreement For The Supply And Installation And Commissioning Of Public Address and Talkback Systems

Lot Information

Lot 1

The purpose of this Invitation to Tender is to enter into a Framework Agreement with a suitably qualified and experienced supplier for the Supply and Commissioning of Draught Gauging Systems. The draught measuring systems have been identified as obsolete and are no longer supported by OEM spares or aftersales technical advice.. 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-r6ebe6-0000559683
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN355717
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)


CPV Codes

38300000 - Measuring instruments

Notice Value(s)

Tender Value
£850,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£450,000 £100K-£500K

Notice Dates

Publication Date
31 May 20196 years ago
Submission Deadline
5 Nov 2018Expired
Future Notice Date
Not specified
Award Date
18 Dec 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
Alison Ure, Mike Belton
Contact Email
mike.belton@calmac.co.uk, steven.mcewan@calmac.co.uk
Contact Phone
+44 1475650138, +44 1475656326

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

SHIPS ELECTRONIC SERVICES

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-r6ebe6-0000559683-2019-05-31T00:00:00Z",
    "date": "2019-05-31T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000559683",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-10",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "name": "Mike Belton",
                "email": "mike.belton@calmac.co.uk",
                "telephone": "+44 1475650138",
                "faxNumber": "+44 1475650330",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Transport and Logistics",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Ferry Operator - Transport",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Ferry Operator - Transport",
                        "scheme": "TED_CA_TYPE"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        },
        {
            "id": "org-295",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "name": "Alison Ure",
                "email": "steven.mcewan@calmac.co.uk",
                "telephone": "+44 1475656326",
                "faxNumber": "+44 1475650330",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Ferry Company",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Ferry Operator - Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        },
        {
            "id": "org-320",
            "name": "Ships Electronic Services",
            "identifier": {
                "legalName": "Ships Electronic Services"
            },
            "address": {
                "streetAddress": "18 Abbotsinch Industrial Estate, Grangemouth",
                "locality": "Grangemouth",
                "region": "UKM",
                "postalCode": "FK3 9UX"
            },
            "contactPoint": {
                "telephone": "+44 1324666886",
                "faxNumber": "+44 1324666033"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "CalMac Ferries Limited",
        "id": "org-295"
    },
    "tender": {
        "id": "ITT Code 26553",
        "title": "Framework For The Supply And Installation And Commissioning Of Public Address and Talkback Systems",
        "description": "A Framework Agreement For The Supply And Installation And Commissioning Of Public Address and Talkback Systems",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "38300000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Scotland"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 850000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2018-11-05T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-11-07T12:00:00Z"
        },
        "documents": [
            {
                "id": "OCT333514",
                "documentType": "contractNotice",
                "title": "Framework For The Supply And Installation And Commissioning Of Public Address and Talkback Systems",
                "description": "A Framework Agreement For The Supply And Installation And Commissioning Of Public Address and Talkback Systems",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT333514",
                "format": "text/html"
            },
            {
                "id": "JUN355717",
                "documentType": "awardNotice",
                "title": "Framework For The Supply And Installation And Commissioning Of Public Address and Talkback Systems",
                "description": "A Framework Agreement For The Supply And Installation And Commissioning Of Public Address and Talkback Systems",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN355717",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The purpose of this Invitation to Tender is to enter into a Framework Agreement with a suitably qualified and experienced supplier for the Supply and Commissioning of Draught Gauging Systems. The draught measuring systems have been identified as obsolete and are no longer supported by OEM spares or aftersales technical advice.. 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": 1440
                },
                "hasRenewal": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                }
            }
        ],
        "bidOpening": {
            "date": "2018-11-07T12:00:00Z"
        },
        "contractTerms": {
            "performanceTerms": "Tenderers must pass the minimum standards sections of the ESPD (Scotland). Part 3, sections B and D of Part 4 will be scored on a pass/fail basis."
        },
        "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"
            ]
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "classification": {
            "id": "38300000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "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 12039, ITT Code 26553 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:585650)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000559683"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000559683"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "Public Address and Talkback Systems",
            "suppliers": [
                {
                    "id": "org-320",
                    "name": "Ships Electronic Services"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "Public Address and Talkback Systems",
            "awardID": "Public Address and Talkback Systems",
            "status": "active",
            "value": {
                "amount": 450000,
                "currency": "GBP"
            },
            "dateSigned": "2018-12-18T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 193-435779"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "497",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "498",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "499",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "500",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "501",
                "measure": "electronicBids",
                "value": 2,
                "relatedLot": "1"
            }
        ]
    }
}