Notice Information
Notice Title
Paint for Hullcoating and Sea Stock
Notice Description
Paint for Hull Coating and Sea Stock
Lot Information
Lot 1
Paint for Hull Coating at Overhaul and Sea Stock
Renewal: 2 x 12 month extension perdiods possible.,
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000574325
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV370819
- 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
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
-
- CPV Codes
44810000 - Paints
Notice Value(s)
- Tender Value
- £500,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £250,000 £100K-£500K
Notice Dates
- Publication Date
- 1 Nov 20196 years ago
- Submission Deadline
- 20 Aug 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 31 Oct 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
- Contact Email
- alison.ure@calmac.co.uk, nicholas.donnelly@calmac.co.uk
- Contact Phone
- +44 1475650243, +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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL360751
Paint for Hullcoating and Sea Stock - Paint for Hull Coating and Sea Stock -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV370819
Paint for Hullcoating and Sea Stock - Paint for Hull Coating and Sea Stock
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-r6ebe6-0000574325-2019-11-01T00:00:00Z",
"date": "2019-11-01T00:00:00Z",
"ocid": "ocds-r6ebe6-0000574325",
"initiationType": "tender",
"parties": [
{
"id": "org-17",
"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": "Ferry Operator - Transport",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Operator - Transport",
"scheme": "COFOG"
},
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Operator, Transport",
"scheme": "COFOG"
},
{
"id": "Ferry Operator",
"scheme": "COFOG"
}
],
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-150",
"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": "Alison.ure@calmac.co.uk",
"telephone": "+44 1475650243",
"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": "Ferry Operator",
"scheme": "COFOG"
}
],
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-337",
"name": "Akzonobel Intenational Paint",
"identifier": {
"legalName": "Akzonobel Intenational Paint"
},
"address": {
"streetAddress": "Stoneygate Lane, Felling",
"locality": "Gateshead",
"region": "UKC",
"postalCode": "NE10 0JY"
},
"contactPoint": {
"telephone": "+44 7768368249"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "CalMac Ferries Limited",
"id": "org-150"
},
"tender": {
"id": "ocds-r6ebe6-0000574325",
"title": "Paint for Hullcoating and Sea Stock",
"description": "Paint for Hull Coating and Sea Stock",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "44810000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Any dockyard in the Uk for overhaul and any delivery location as listed in the ITT for Sea Stock"
},
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 500000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-08-20T12:00:00Z"
},
"awardPeriod": {
"startDate": "2019-08-20T12:00:00Z"
},
"documents": [
{
"id": "JUL360751",
"documentType": "contractNotice",
"title": "Paint for Hullcoating and Sea Stock",
"description": "Paint for Hull Coating and Sea Stock",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL360751",
"format": "text/html"
},
{
"id": "NOV370819",
"documentType": "awardNotice",
"title": "Paint for Hullcoating and Sea Stock",
"description": "Paint for Hull Coating and Sea Stock",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV370819",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Paint for Hull Coating at Overhaul and Sea Stock",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "2 x 12 month extension perdiods possible.,"
}
}
],
"bidOpening": {
"date": "2019-08-20T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing. Statement for 4B.1.2 The Bidders must provide its average yearly turnover for last 3 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": "Minimum level(s) of standards 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"
],
"bidValidityPeriod": {
"durationInDays": 2700
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1,
"periodRationale": "CalMac operating contract has 3 years remaining with the option of a 2 year extension. The Framework agreement is to reflect that agreement as other we would require a tender for a 1 year agreement after 4 years which is not in the best economic interest of CalMac or the suppliers"
}
},
"classification": {
"id": "44810000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Vessels are subject to specific operational areas contained in the load line certificate for each vessel. Any contractor will require to be located within the geographical restrictions of the vessel. Vessel movements may also be subject to favourable weather conditions and MCA approval. Scoring methodology for Selection Criteria (including experience): 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 12861 ITT Code 28395 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 - Trade Registers Part 4A 4A.2; 4A2.1; 4A2.2 4A2.3 - Service Contracts Part 4B B1.2; 4B2.1 4B2.2 4B2.3 - Economic and Financial Standing Part4C 4C.1; 4C1.1 - Works Part 4C 4C2.1- Technicians and Technical Bodies for works 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; - 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 12861. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre (SC Ref:603020)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000574325"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000574325"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "ocds-r6ebe6-0000574325-1",
"suppliers": [
{
"id": "org-337",
"name": "Akzonobel Intenational Paint"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "ocds-r6ebe6-0000574325-1",
"awardID": "ocds-r6ebe6-0000574325-1",
"status": "active",
"value": {
"amount": 250000,
"currency": "GBP"
},
"dateSigned": "2019-10-31T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 137-336854"
}
],
"bids": {
"statistics": [
{
"id": "551",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "552",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "553",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "554",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
}
]
}
}