Notice Information
Notice Title
Vessel Resilient Framework Agreement for the supply, installation and comm of Circuit Breakers
Notice Description
Vessel Resilient Framework Agreement for the supply, installation and commissioning of replacement circuit breakers. As detailed in the ITT document.
Lot Information
Major Breakers
Major Circuit Breakers for Various Vessels to be changed out at Overhaul. As detailed in the ITT.. 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.
Renewal: 1 x 12 month extension possible
General BreakersGeneral Circuit Breakers for Various Vessels to be changed out at Overhaul. As detailed in the ITT. 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.
Renewal: 1 x 12 month extension possible.,
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000570077
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN355724
- 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
31 - Electrical machinery, apparatus, equipment and consumables; lighting
-
- CPV Codes
31212000 - Circuit breakers
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- £600,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- £333,000 £100K-£500K
Notice Dates
- Publication Date
- 31 May 20196 years ago
- Submission Deadline
- 25 Feb 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 13 May 20196 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, Scott Angus
- Contact Email
- scott.angus@calmac.co.uk, steven.mcewan@calmac.co.uk
- Contact Phone
- +44 1475650370, +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=JAN342903
Vessel Resilient Framework Agreement for the supply, installation and comm of Circuit Breakers - Vessel Resilient Framework Agreement for the supply, installation and commissioning of replacement circuit breakers. As detailed in the ITT document. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN355724
Vessel Resilient Framework Agreement for the supply, installation and comm of Circuit Breakers - Vessel Resilient Framework Agreement for the supply, installation and commissioning of replacement circuit breakers. As detailed in the ITT document.
Notice URLs
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-r6ebe6-0000570077-2019-05-31T00:00:00Z",
"date": "2019-05-31T00:00:00Z",
"ocid": "ocds-r6ebe6-0000570077",
"initiationType": "tender",
"parties": [
{
"id": "org-35",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP"
},
"contactPoint": {
"name": "Scott Angus",
"email": "scott.angus@calmac.co.uk",
"telephone": "+44 1475650370",
"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": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "Ferry Operator - Transport",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Operator - Transport",
"scheme": "COFOG"
}
],
"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-315",
"name": "MJR Controls Ltd",
"identifier": {
"legalName": "MJR Controls Ltd"
},
"address": {
"streetAddress": "85 Willows Court, Teesside Industrial Estate",
"locality": "Stockton on Tees",
"region": "UKC1",
"postalCode": "TS16 9AU"
},
"contactPoint": {
"telephone": "+44 1642536240"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "CalMac Ferries Limited",
"id": "org-295"
},
"tender": {
"id": "ocds-r6ebe6-0000570077",
"title": "Vessel Resilient Framework Agreement for the supply, installation and comm of Circuit Breakers",
"description": "Vessel Resilient Framework Agreement for the supply, installation and commissioning of replacement circuit breakers. As detailed in the ITT document.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "31212000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "31212000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "2"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-02-25T12:00:00Z"
},
"awardPeriod": {
"startDate": "2019-02-25T12:00:00Z"
},
"documents": [
{
"id": "JAN342903",
"documentType": "contractNotice",
"title": "Vessel Resilient Framework Agreement for the supply, installation and comm of Circuit Breakers",
"description": "Vessel Resilient Framework Agreement for the supply, installation and commissioning of replacement circuit breakers. As detailed in the ITT document.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN342903",
"format": "text/html"
},
{
"id": "JUN355724",
"documentType": "awardNotice",
"title": "Vessel Resilient Framework Agreement for the supply, installation and comm of Circuit Breakers",
"description": "Vessel Resilient Framework Agreement for the supply, installation and commissioning of replacement circuit breakers. As detailed in the ITT document.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN355724",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Major Breakers",
"description": "Major Circuit Breakers for Various Vessels to be changed out at Overhaul. As detailed in the ITT.. 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",
"value": {
"amount": 600000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "allowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "1 x 12 month extension possible"
}
},
{
"id": "2",
"title": "General Breakers",
"description": "General Circuit Breakers for Various Vessels to be changed out at Overhaul. As detailed in the ITT. 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",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality as per ITT",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "1 x 12 month extension possible.,"
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2019-02-25T12:00:00Z"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"minimum": "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 Contractor should purchase any other insurance cover as necessary, taking into account the terms and conditions of this contract"
},
{
"type": "technical",
"minimum": "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"
],
"bidValidityPeriod": {
"durationInDays": 1080
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 2
}
},
"classification": {
"id": "31212000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "The vessels are on average require being in dock for two to three weeks with Small vessels on average between one and two weeks but may be longer depending on work scope. 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 12685, ITT Code 27998 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 2B 2B.2; 2B.3; 2B.9 - Information about Representatives of the Bidder. Part 4A 4A.1, 4A1.1, 4A1.2, - Trade Registers Part 4A 4A.2; 4A2.2 4A2.3 - Service Contracts Part 4B 4B1.2 4B2.1 4B2.2 4B2.3 - Economic and Financial Standing Part 4C 4C.1; 4C1.1 4C1.2 - Works Part 4C 4C2, 4C2.1, 4C3, 4C4, 4C5 - Technicians and Technical Bodies Part 4C 4C3 - Technical Facilities Part 4C 4C4 - Supply Chain Part 4C 4C5 - Complex Products Part 4C 4C.6; 4C6.1 - Qualifications Part 4C 4C.7 - Environmental Management Part 4C 4C8.1; 4C8.2 - Manpower Part 4C 4C.9 - Equipment Part 4C 4C.10 - Proportion Sub Contracted Part 4C - 4C11; 4C11.1; 4C11.2 - Products Part 4C 4C12; 4C12.1; 4C12.2 - Quality Control Part 4E - Global Question Part 5 All questions- Reduction of the number of qualified candidates Additional Questions Part 4D 4D1.1.1; 4D1.1.2; 4D1.1.3; 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; 4D1.2.6; 4D1.2.7; 4D1.2.8; 4D1.2.9; 4D1.2.10; 4D1.2.11; 4D1.2.12 - Quality Assurance Schemes Part 4D 4D2.1; 4D2.2; 4D2.3; 4D2.4; 4D2.5; 4D2.6; 4D2.7 -Environmental Management Standards. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 12685. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason: (SC Ref:585716)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000570077"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000570077"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "ocds-r6ebe6-0000570077-1",
"title": "Major Breakers",
"suppliers": [
{
"id": "org-315",
"name": "MJR Controls Ltd"
}
],
"relatedLots": [
"1"
]
},
{
"id": "ocds-r6ebe6-0000570077-2",
"title": "General Breakers",
"suppliers": [
{
"id": "org-315",
"name": "MJR Controls Ltd"
}
],
"relatedLots": [
"2"
]
}
],
"contracts": [
{
"id": "ocds-r6ebe6-0000570077-1",
"awardID": "ocds-r6ebe6-0000570077-1",
"title": "Major Breakers",
"status": "active",
"value": {
"amount": 245000,
"currency": "GBP"
},
"dateSigned": "2019-05-13T00:00:00Z"
},
{
"id": "ocds-r6ebe6-0000570077-2",
"awardID": "ocds-r6ebe6-0000570077-2",
"title": "General Breakers",
"status": "active",
"value": {
"amount": 88000,
"currency": "GBP"
},
"dateSigned": "2019-05-13T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 017-035303"
}
],
"bids": {
"statistics": [
{
"id": "472",
"measure": "bids",
"value": 5,
"relatedLot": "1"
},
{
"id": "473",
"measure": "smeBids",
"value": 4,
"relatedLot": "1"
},
{
"id": "474",
"measure": "foreignBidsFromEU",
"value": 3,
"relatedLot": "1"
},
{
"id": "475",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "476",
"measure": "electronicBids",
"value": 5,
"relatedLot": "1"
},
{
"id": "477",
"measure": "bids",
"value": 4,
"relatedLot": "2"
},
{
"id": "478",
"measure": "smeBids",
"value": 3,
"relatedLot": "2"
},
{
"id": "479",
"measure": "foreignBidsFromEU",
"value": 4,
"relatedLot": "2"
},
{
"id": "480",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "481",
"measure": "electronicBids",
"value": 4,
"relatedLot": "2"
}
]
}
}