Award

Supply Delivery Supervision of Multi Vessel Generator Sets

CALMAC FERRIES LIMITED

This public procurement record has 3 releases in its history.

Award

04 Jun 2019 at 00:00

TenderUpdate

04 Mar 2019 at 00:00

Tender

28 Feb 2019 at 00:00

Summary of the contracting process

CalMac Ferries Limited is seeking suppliers for a contract titled "Supply Delivery Supervision of Multi Vessel Generator Sets", focusing on the procurement of goods within the marine industry. The procurement is currently in the Award stage, with an active contract valued at £400,000. The procurement process was initiated on 27 May 2019, and the delivery location is in Scotland. Interested parties were able to submit bids during the open procedure which concluded earlier in April 2019.

This contract presents significant growth opportunities for businesses specialising in the supply and commissioning of generator sets and marine equipment. Suppliers with experience in the marine sector, especially those who can meet quality assurance standards and relevant insurance requirements, would be well-suited to compete. Small and medium-sized enterprises (SMEs) that offer competitive pricing and demonstrate technical expertise in similar projects stand to benefit greatly from participation in this tender.

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

Supply Delivery Supervision of Multi Vessel Generator Sets

Notice Description

Contract for the supply and delivery, supervision and commissioning of Generator sets and engines for 3 vessels

Lot Information

Lot 1

Supply Delivery Supervision and commissioning of Multi Vessel Generator Set's. 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: There will be an option to extend the Agreement for 2 further periods of up to 12 months.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000575605
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN356115
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

24 - Chemical products

31 - Electrical machinery, apparatus, equipment and consumables; lighting


CPV Codes

24951000 - Greases and lubricants

31120000 - Generators

Notice Value(s)

Tender Value
£500,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£400,000 £100K-£500K

Notice Dates

Publication Date
4 Jun 20196 years ago
Submission Deadline
3 Apr 2019Expired
Future Notice Date
Not specified
Award Date
27 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
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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
TLM6 Highlands and Islands

Local Authority
Inverclyde
Electoral Ward
Inverclyde West
Westminster Constituency
Inverclyde and Renfrewshire West

Supplier Information

Number of Suppliers
1
Supplier Name

JAMES TROOP

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-r6ebe6-0000575605-2019-06-04T00:00:00Z",
    "date": "2019-06-04T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000575605",
    "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 1475656326",
                "faxNumber": "+44 1475650330",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Ferry Company",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Ferry Operator - Transport",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Ferry Operator - Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        },
        {
            "id": "org-12",
            "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"
            ],
            "details": {
                "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-296",
            "name": "James Troop & Company Ltd",
            "identifier": {
                "legalName": "James Troop & Company Ltd"
            },
            "address": {
                "streetAddress": "4 Davy Road, Astmoor Industrial Estate, Runcorn",
                "locality": "Cheshire",
                "region": "UK",
                "postalCode": "WA7 1PZ"
            },
            "contactPoint": {
                "telephone": "+44 1928566170"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "CalMac Ferries Limited",
        "id": "org-295"
    },
    "tender": {
        "id": "ITT Code 28688",
        "title": "Supply Delivery Supervision of Multi Vessel Generator Sets",
        "description": "Contract for the supply and delivery, supervision and commissioning of Generator sets and engines for 3 vessels",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "24951000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Scotland"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM6"
                    },
                    {
                        "region": "UKM6"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-04-03T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-04-03T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAR347051",
                "documentType": "contractNotice",
                "title": "Supply Delivery Supervision of Multi Vessel Generator Sets",
                "description": "Contract for the supply and delivery, supervision and commissioning of Generator sets and engines for 3 vessels",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR347051",
                "format": "text/html"
            },
            {
                "id": "JUN356115",
                "documentType": "awardNotice",
                "title": "Supply Delivery Supervision of Multi Vessel Generator Sets",
                "description": "Contract for the supply and delivery, supervision and commissioning of Generator sets and engines for 3 vessels",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN356115",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Supply Delivery Supervision and commissioning of Multi Vessel Generator Set's. 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": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There will be an option to extend the Agreement for 2 further periods of up to 12 months."
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                }
            }
        ],
        "bidOpening": {
            "date": "2019-04-03T12:00:00Z",
            "address": {
                "streetAddress": "Gourock"
            }
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Tenderers must pass the minimum standards sections, Part 3, sections B, C and D of Part 4 plus the technical and quality questions"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "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) 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"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "31120000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "amd-20",
                "description": "Error",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2019-04-03T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2019-04-05T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2019-04-03T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2019-04-05T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "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 13000, ITT Code 28688 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 4B2.1; 4B2.2; 4B2.3 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:585913)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000575605"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000575605"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000575605"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "ITT Code 28688-1",
            "suppliers": [
                {
                    "id": "org-296",
                    "name": "James Troop & Company Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "ITT Code 28688-1",
            "awardID": "ITT Code 28688-1",
            "status": "active",
            "value": {
                "amount": 400000,
                "currency": "GBP"
            },
            "dateSigned": "2019-05-27T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 044-100107"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "426",
                "measure": "bids",
                "value": 4,
                "relatedLot": "1"
            }
        ]
    }
}