Award

Vessel Resilient Framework Agreement for the supply, installation and comm of Circuit Breakers

CALMAC FERRIES LIMITED

This public procurement record has 2 releases in its history.

Award

31 May 2019 at 00:00

Tender

21 Jan 2019 at 00:00

Summary of the contracting process

CalMac Ferries Limited, located in Gourock, UK, has successfully completed the Vessel Resilient Framework Agreement for the supply, installation, and commissioning of circuit breakers. This open tender process, classified under goods, sought suppliers for various lots of circuit breakers necessary for vessel maintenance. The procurement process was initiated on 21 January 2019, with the tender period closing on 25 February 2019, and the contracts were signed on 13 May 2019, amounting to £245,000 for Major Breakers and £88,000 for General Breakers.

This tender presents significant opportunities for suppliers, particularly those specialising in electrical components, installation services, and marine engineering. Businesses with experience in supplying certified quality products and complying with rigorous health and safety standards would be well positioned to compete in future contracts of similar nature. For firms like MJR Controls Ltd, which has already participated in this agreement, expanding their offerings in marine circuit breakers could lead to ongoing business growth in the transportation 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

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 Breakers

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.

Renewal: 1 x 12 month extension possible.,

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

MJR CONTROLS

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-r6ebe6-0000570077-2019-05-31T00:00:00Z",
    "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"
            }
        ]
    }
}