Notice Information
Notice Title
Framework For The Supply And Installation And Commissioning of Alarm and Monitoring Systems
Notice Description
Framework Agreement For The Supply And Installation And Commissioning of Alarm and Monitoring Systems
Lot Information
Lot 2 - Major Vessels
Framework Agreement For The Supply And Installation And Commissioning of Alarm and Monitoring Systems
Lot 1 - Small VesselsThe 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 Alarm and Monitoring Systems . The Alarm and Monitoring Systems have been identified as obsolete and are no longer supported by OEM spares or aftersales technical advice. It will be awarded in two lots Lot 1 - Small Vessels Lot 2 - Major Vessels. 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-r6ebe6-0000561138
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN355721
- 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
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
38 - Laboratory, optical and precision equipments (excl. glasses)
-
- CPV Codes
34512100 - Ferry boats
38300000 - Measuring instruments
Notice Value(s)
- Tender Value
- £850,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £435,000 £100K-£500K
Notice Dates
- Publication Date
- 31 May 20196 years ago
- Submission Deadline
- 23 Nov 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 27 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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT334983
Framework For The Supply And Installation And Commissioning of Alarm and Monitoring Systems - Framework Agreement For The Supply And Installation And Commissioning of Alarm and Monitoring Systems -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN355721
Framework For The Supply And Installation And Commissioning of Alarm and Monitoring Systems - Framework Agreement For The Supply And Installation And Commissioning of Alarm and Monitoring Systems
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-r6ebe6-0000561138-2019-05-31T00:00:00Z",
"date": "2019-05-31T00:00:00Z",
"ocid": "ocds-r6ebe6-0000561138",
"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-319",
"name": "Kongsberg Maritime",
"identifier": {
"legalName": "Kongsberg Maritime"
},
"address": {
"streetAddress": "Kongsberg Maritime Ltd, Thermopylae House, Prospect Road, Arnhall Business Park, Westhill",
"locality": "Aberdeen",
"region": "UK",
"postalCode": "AB326FE"
},
"contactPoint": {
"telephone": "+44 7799838454"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"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 Alarm and Monitoring Systems",
"description": "Framework Agreement For The Supply And Installation And Commissioning of Alarm and Monitoring Systems",
"status": "complete",
"items": [
{
"id": "2",
"additionalClassifications": [
{
"id": "34512100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "2"
},
{
"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": "2018-11-23T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-11-23T12:00:00Z"
},
"documents": [
{
"id": "OCT334983",
"documentType": "contractNotice",
"title": "Framework For The Supply And Installation And Commissioning of Alarm and Monitoring Systems",
"description": "Framework Agreement For The Supply And Installation And Commissioning of Alarm and Monitoring Systems",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT334983",
"format": "text/html"
},
{
"id": "JUN355721",
"documentType": "awardNotice",
"title": "Framework For The Supply And Installation And Commissioning of Alarm and Monitoring Systems",
"description": "Framework Agreement For The Supply And Installation And Commissioning of Alarm and Monitoring Systems",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN355721",
"format": "text/html"
}
],
"lots": [
{
"id": "2",
"title": "Lot 2 - Major Vessels",
"description": "Framework Agreement For The Supply And Installation And Commissioning of Alarm and Monitoring Systems",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
}
},
{
"id": "1",
"title": "Lot 1 - Small Vessels",
"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 Alarm and Monitoring Systems . The Alarm and Monitoring Systems have been identified as obsolete and are no longer supported by OEM spares or aftersales technical advice. It will be awarded in two lots Lot 1 - Small Vessels Lot 2 - Major Vessels. 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"
}
]
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2018-11-23T12:00:00Z"
},
"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": 2
}
},
"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:585708)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000561138"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000561138"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "ITT Code 26553-1",
"title": "Lot 1 - Small Vessels",
"suppliers": [
{
"id": "org-319",
"name": "Kongsberg Maritime"
}
],
"relatedLots": [
"1"
]
},
{
"id": "ITT Code 26553-2",
"title": "Lot 2 - Major Vessels",
"suppliers": [
{
"id": "org-319",
"name": "Kongsberg Maritime"
}
],
"relatedLots": [
"2"
]
}
],
"contracts": [
{
"id": "ITT Code 26553-1",
"awardID": "ITT Code 26553-1",
"title": "Lot 1 - Small Vessels",
"status": "active",
"value": {
"amount": 400000,
"currency": "GBP"
},
"dateSigned": "2018-12-27T00:00:00Z"
},
{
"id": "ITT Code 26553-2",
"awardID": "ITT Code 26553-2",
"title": "Lot 2 - Major Vessels",
"status": "active",
"value": {
"amount": 35000,
"currency": "GBP"
},
"dateSigned": "2018-12-27T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 206-469629"
}
],
"bids": {
"statistics": [
{
"id": "487",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "488",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "489",
"measure": "foreignBidsFromEU",
"value": 3,
"relatedLot": "1"
},
{
"id": "490",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "491",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
},
{
"id": "492",
"measure": "bids",
"value": 3,
"relatedLot": "2"
},
{
"id": "493",
"measure": "smeBids",
"value": 0,
"relatedLot": "2"
},
{
"id": "494",
"measure": "foreignBidsFromEU",
"value": 3,
"relatedLot": "2"
},
{
"id": "495",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "496",
"measure": "electronicBids",
"value": 3,
"relatedLot": "2"
}
]
}
}