Award

Waste Oil/Water Collection & Reprocessing - Oban & Mull

CALMAC FERRIES LIMITED (UTILITY)

This public procurement record has 2 releases in its history.

Summary of the contracting process

CalMac Ferries Limited, located in Gourock, is seeking tenders for the provision of waste oil and water collection and reprocessing services specifically for operations at the Oban and Mull ports. This procurement, classified under the services category, is currently in the Tender stage, with the deadline for submission set for 9 April 2019. The procurement process follows an open procedure, allowing any interested parties to participate, and is crucial for managing waste streams in compliance with environmental and health and safety regulations.

This tender presents a significant opportunity for SMEs engaged in waste management and environmental services, particularly those with the necessary licensing and experience in handling waste streams from maritime operations. Competitors should have qualifications such as a Registration of Carriers Certificate and relevant environmental management certifications. The contract is structured for a single supplier, offering the potential for long-term collaboration with a key player in the UK's ferry service 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

Waste Oil/Water Collection & Reprocessing - Oban & Mull

Notice Description

Tenders are sought by CalMac Ferries Limited from experienced and competent contractors for the provision of services for the collection and reprocessing of oil/water waste produced through the operation of our vessels at Oban & Mull ports

Lot Information

Lot 1

CalMac Ferries Limited is seeking a Contractor to help manage its Waste streams from end to end. The Contractor shall undertake both the management of subcontractors where required across CalMac's network and provide waste collection services where viable to do so. This Procurement is for the the collection and reprocessing of oil/water waste produced through the operation of our vessels at Oban & Mull ports. It is the intention to award a single Agreement for this Procurement. This shall be undertaken in line with current Environmental Management & Health and Safety Legislation. Potential Contractors are required to have the necessary licences and capability to ensure a fully managed service is carried out for the collection and reprocessing of oil/water waste produced through the operation of our vessels at Oban & Mull ports; Oban PA34 4LE); Fionnphort (PA66 6BL); Lochaline PA65 6AY); Tobermory (PA75 6NU); M.V Clansman (Oban - Coll - Tiree and Oban - Colonsay routes); M.V Coruisk (Oban - Craignure route summer only); M.V Isle of Lewis (Oban - Castlebay route); M.V Isle of Mull (Oban - Craignure route); M.V. Lord of the Isles (Oban - Lochboisdale - Mallaig route); M.V. Loch Striven (Oban - Lismore route). Licences are a mandatory requirement for this Procurement and should include as a minimum: Registration of Carriers Certificate; PPC Permit or Waste Management Licence/Exemption; Vehicle Operator Licence. The Contractor shall collate data as identified in the invitation to tender and provide expert advice on waste reduction. The Contractor will be required to provide their expertise and technical advice in Identifying, Classifying, Collecting and Disposing of the Waste in a safe manner in line with current Environmental Management & Health & Safety Legislation. The detailed specification of the supply of the services and details of estimated demand is provided in the technical envelope included as part of the Invitation to Tender pack.. Economic operators may be excluded from this competition if they are in any of the situations referred to in the regulation 58 of the Public Contracts (Scotland) Regulation 2015.

Renewal: Optional 3 x 12 months extension

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000577100
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN376349
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
PCS Notice - Website Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90500000 - Refuse and waste related services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£1

Notice Dates

Publication Date
7 Jan 20206 years ago
Submission Deadline
9 Apr 2019Expired
Future Notice Date
Not specified
Award Date
2 Sep 20196 years ago
Contract Period
Not specified - Not specified
Recurrence
6 months prior to current contract expiry date.

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
CALMAC FERRIES LIMITED (UTILITY)
Contact Name
Not specified
Contact Email
alison.ure@calmac.co.uk
Contact Phone
+44 1475650243

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
TLM63 Lochaber, Skye and Lochalsh, Arran and Cumbrae, and Argyll and Bute

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

Supplier Information

Number of Suppliers
1
Supplier Name

ACRE INDUSTRIAL & CLEANING SERVICES

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-r6ebe6-0000577100-2020-01-07T00:00:00Z",
    "date": "2020-01-07T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000577100",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-65",
            "name": "CalMac Ferries Limited (Utility)",
            "identifier": {
                "legalName": "CalMac Ferries Limited (Utility)"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM63",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "email": "alison.ure@calmac.co.uk",
                "telephone": "+44 1475650243",
                "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": "Port Activity",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        },
        {
            "id": "org-382",
            "name": "CalMac Ferries Limited (Utility)",
            "identifier": {
                "legalName": "CalMac Ferries Limited (Utility)"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM63",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "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": "Port Activity",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        },
        {
            "id": "org-383",
            "name": "Acre Industrial & Cleaning Services Ltd",
            "identifier": {
                "legalName": "Acre Industrial & Cleaning Services Ltd"
            },
            "address": {
                "streetAddress": "Fulwood Estate, Moss Road",
                "locality": "Houston",
                "region": "UKM",
                "postalCode": "PA6 7BJ"
            },
            "contactPoint": {
                "telephone": "+44 1505327711",
                "faxNumber": "+44 1505327711"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "CalMac Ferries Limited (Utility)",
        "id": "org-382"
    },
    "tender": {
        "id": "28027",
        "title": "Waste Oil/Water Collection & Reprocessing - Oban & Mull",
        "description": "Tenders are sought by CalMac Ferries Limited from experienced and competent contractors for the provision of services for the collection and reprocessing of oil/water waste produced through the operation of our vessels at Oban & Mull ports",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "90500000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM63"
                    },
                    {
                        "region": "UKM63"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-04-09T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-04-09T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAR348350",
                "documentType": "contractNotice",
                "title": "Waste Oil/Water Collection & Reprocessing - Oban & Mull",
                "description": "Tenders are sought by CalMac Ferries Limited from experienced and competent contractors for the provision of services for the collection and reprocessing of oil/water waste produced through the operation of our vessels at Oban & Mull ports",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR348350",
                "format": "text/html"
            },
            {
                "id": "JAN376349",
                "documentType": "awardNotice",
                "title": "Waste Oil/Water Collection & Reprocessing - Oban & Mull",
                "description": "Tenders are sought by CalMac Ferries Limited from experienced and competent contractors for the provision of services for the collection and reprocessing of oil/water waste produced through the operation of our vessels at Oban & Mull ports",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN376349",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "CalMac Ferries Limited is seeking a Contractor to help manage its Waste streams from end to end. The Contractor shall undertake both the management of subcontractors where required across CalMac's network and provide waste collection services where viable to do so. This Procurement is for the the collection and reprocessing of oil/water waste produced through the operation of our vessels at Oban & Mull ports. It is the intention to award a single Agreement for this Procurement. This shall be undertaken in line with current Environmental Management & Health and Safety Legislation. Potential Contractors are required to have the necessary licences and capability to ensure a fully managed service is carried out for the collection and reprocessing of oil/water waste produced through the operation of our vessels at Oban & Mull ports; Oban PA34 4LE); Fionnphort (PA66 6BL); Lochaline PA65 6AY); Tobermory (PA75 6NU); M.V Clansman (Oban - Coll - Tiree and Oban - Colonsay routes); M.V Coruisk (Oban - Craignure route summer only); M.V Isle of Lewis (Oban - Castlebay route); M.V Isle of Mull (Oban - Craignure route); M.V. Lord of the Isles (Oban - Lochboisdale - Mallaig route); M.V. Loch Striven (Oban - Lismore route). Licences are a mandatory requirement for this Procurement and should include as a minimum: Registration of Carriers Certificate; PPC Permit or Waste Management Licence/Exemption; Vehicle Operator Licence. The Contractor shall collate data as identified in the invitation to tender and provide expert advice on waste reduction. The Contractor will be required to provide their expertise and technical advice in Identifying, Classifying, Collecting and Disposing of the Waste in a safe manner in line with current Environmental Management & Health & Safety Legislation. The detailed specification of the supply of the services and details of estimated demand is provided in the technical envelope included as part of the Invitation to Tender pack.. Economic operators may be excluded from this competition if they are in any of the situations referred to in the regulation 58 of the Public Contracts (Scotland) Regulation 2015.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Optional 3 x 12 months extension"
                }
            }
        ],
        "bidOpening": {
            "date": "2019-04-09T12:00:00Z"
        },
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "It is a mandatory requirement that Tenderers have the required licences for this Procurement and should include as a minimum: Registration of Carriers Certificate; PPC Permit or Waste Management Licence/Exemption; Vehicle Operator Licence."
                },
                {
                    "type": "economic",
                    "description": "The Bidder must provide its (general) yearly turnover for the last 3 financial years. The Bidder must provide its (specific) yearly turnover in the business area(s) covered by the contract for the last 3 financial years. 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"
                },
                {
                    "type": "technical",
                    "description": "It is a mandatory requirement that Tenderers have the required licences for this Procurement and should include as a minimum: Registration of Carriers Certificate; PPC Permit or Waste Management Licence/Exemption; Vehicle Operator Licence 4C.1.2 Bidders will be require to provide examples that they have relevant experience to deliver the service as described in Part II.2.4 of this Contract Notice. 4C.6 Bidders will be required to confirm and provide certification that they and/or the service provider have the relevant educations and professional qualification: Registration of Carriers Certificate; PPC Permit or Waste Management Licence/Exemption; Vehicle Operator Licence. 4D.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. 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. 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": "90500000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "6 months prior to current contract expiry date."
        }
    },
    "language": "EN",
    "description": "The award criteria questions and weightings are published in the ITT. 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. The Buyer is using PCS-Tender to conduct this ITT exercise. The Project Code is 12701, ITT 28027 Tenderers should note that the following questions have been deleted from the ESPD (Qualification Envelope):- 2A.16 Official Lists and Certification 2A.18 Lots 4B.1.2, 4B2.2, 4B.4, 4B.4.1, 4B.6 & 4B.6.1 Economic and Financial Standing 4C.1 Works 4C.9 Equipment 4C.11, 4C.11.1, 4C11.2 Products 4C.12, 4C.12.1, 4C12.2 Quality Control 4E Global Question 5 Reduction on number qualified candidates. Additional Questions: 4D, 4D2.1, 4D2.2, 4D2.3, 4D2.4, 4D2.5, 4D2.6, 4D2.7 Environmental Standards. (SC Ref:609581)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000577100"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000577100"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "433766",
            "suppliers": [
                {
                    "id": "org-383",
                    "name": "Acre Industrial & Cleaning Services Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "433766",
            "awardID": "433766",
            "status": "active",
            "value": {
                "amount": 1,
                "currency": "GBP"
            },
            "dateSigned": "2019-09-02T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "947",
                "measure": "bids",
                "value": 4,
                "relatedLot": "1"
            }
        ]
    }
}