Award

Provision of Vibration Analysis

CALMAC FERRIES LIMITED

This public procurement record has 2 releases in its history.

Award

01 Aug 2019 at 00:00

Tender

19 Mar 2019 at 00:00

Summary of the contracting process

The procurement process, conducted by CalMac Ferries Limited, involves a tender titled "Provision of Vibration Analysis" aimed at implementing an Embedded Vibration Analysis solution for their 14 major vessels in Scotland. This open procedure, classified under goods, has undergone various stages, with the tender period concluding on 22 April 2019. The award for this tender was granted on 28 June 2019, with a total contract value of £392,000, and it is intended for use by CalMac and its subsidiaries. The contract is active and facilitates the monitoring of various assets by CFL engineers, with further analysis provided by a specialist partner.

This tender represents a significant opportunity for businesses specialised in vibration analysis and related engineering solutions, particularly those capable of providing embedded systems and continuous monitoring technologies. Companies with expertise in both maritime operations and the requisite technical certifications, such as ISO 9001 or ISO 14001, would be well positioned to compete effectively. Given the framework's potential value up to £700,000, there is considerable scope for growth and collaboration within this sector, especially for firms looking to engage with public contracts related to ferry operations and management.

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

Provision of Vibration Analysis

Notice Description

The Framework Agreement is to implement an Embedded Vibration Analysis (EVA) solution. It is intended that this framework will be available to DML and its subsidiaries, including that CFL would wish to utilise this framework and the resulting solution for its 14 Major vessels during 2019. This intention is to deliver a solution that supports regular monitoring of a significant number of assets/fixed measurement points by CFL Engineers, with Analysis being conducted and reported on by a specialist partner. In addition, certain key assets on a small number of vessels have been identified as requiring Fixed Point Permanent monitoring.

Lot Information

Lot 1

The Framework Agreement is to implement an Embedded Vibration Analysis (EVA) solution. It is intended that this framework will be available to DML and its subsidiaries, including that CFL would wish to utilise this framework and the resulting solution for its 14 Major vessels during 2019. This intention is to deliver a solution that supports regular monitoring of a significant number of assets/fixed measurement points by CFL Engineers, with Analysis being conducted and reported on by a specialist partner. In addition, certain key assets on a small number of vessels have been identified as requiring Fixed Point Permanent monitoring.. 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-r6ebe6-0000577598
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG362136
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

24 - Chemical products

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


CPV Codes

24951000 - Greases and lubricants

31120000 - Generators

Notice Value(s)

Tender Value
£700,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£392,000 £100K-£500K

Notice Dates

Publication Date
1 Aug 20196 years ago
Submission Deadline
22 Apr 2019Expired
Future Notice Date
Not specified
Award Date
28 Jun 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
Scott Angus
Contact Email
scott.angus@calmac.co.uk
Contact Phone
+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
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 FISHER MARINE SERVICES

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR349142
    Provision of Vibration Analysis - The Framework Agreement is to implement an Embedded Vibration Analysis (EVA) solution. It is intended that this framework will be available to DML and its subsidiaries, including that CFL would wish to utilise this framework and the resulting solution for its 14 Major vessels during 2019. This intention is to deliver a solution that supports regular monitoring of a significant number of assets/fixed measurement points by CFL Engineers, with Analysis being conducted and reported on by a specialist partner. In addition, certain key assets on a small number of vessels have been identified as requiring Fixed Point Permanent monitoring.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG362136
    Provision of Vibration Analysis - The Framework Agreement is to implement an Embedded Vibration Analysis (EVA) solution. It is intended that this framework will be available to DML and its subsidiaries, including that CFL would wish to utilise this framework and the resulting solution for its 14 Major vessels during 2019. This intention is to deliver a solution that supports regular monitoring of a significant number of assets/fixed measurement points by CFL Engineers, with Analysis being conducted and reported on by a specialist partner. In addition, certain key assets on a small number of vessels have been identified as requiring Fixed Point Permanent monitoring.

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-r6ebe6-0000577598-2019-08-01T00:00:00Z",
    "date": "2019-08-01T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000577598",
    "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-326",
            "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://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Ferry Company",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        },
        {
            "id": "org-327",
            "name": "James Fisher Marine Services",
            "identifier": {
                "legalName": "James Fisher Marine Services"
            },
            "address": {
                "streetAddress": "Fisher House, P.O. Box 4,",
                "locality": "Barrow-in-Furness",
                "region": "UK",
                "postalCode": "LA14 1HR"
            },
            "contactPoint": {
                "telephone": "+44 1229615522"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "CalMac Ferries Limited",
        "id": "org-326"
    },
    "tender": {
        "id": "ITT Code 28965",
        "title": "Provision of Vibration Analysis",
        "description": "The Framework Agreement is to implement an Embedded Vibration Analysis (EVA) solution. It is intended that this framework will be available to DML and its subsidiaries, including that CFL would wish to utilise this framework and the resulting solution for its 14 Major vessels during 2019. This intention is to deliver a solution that supports regular monitoring of a significant number of assets/fixed measurement points by CFL Engineers, with Analysis being conducted and reported on by a specialist partner. In addition, certain key assets on a small number of vessels have been identified as requiring Fixed Point Permanent monitoring.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "24951000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Scotland"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM6"
                    },
                    {
                        "region": "UKM6"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 700000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-04-22T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-04-22T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAR349142",
                "documentType": "contractNotice",
                "title": "Provision of Vibration Analysis",
                "description": "The Framework Agreement is to implement an Embedded Vibration Analysis (EVA) solution. It is intended that this framework will be available to DML and its subsidiaries, including that CFL would wish to utilise this framework and the resulting solution for its 14 Major vessels during 2019. This intention is to deliver a solution that supports regular monitoring of a significant number of assets/fixed measurement points by CFL Engineers, with Analysis being conducted and reported on by a specialist partner. In addition, certain key assets on a small number of vessels have been identified as requiring Fixed Point Permanent monitoring.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR349142",
                "format": "text/html"
            },
            {
                "id": "AUG362136",
                "documentType": "awardNotice",
                "title": "Provision of Vibration Analysis",
                "description": "The Framework Agreement is to implement an Embedded Vibration Analysis (EVA) solution. It is intended that this framework will be available to DML and its subsidiaries, including that CFL would wish to utilise this framework and the resulting solution for its 14 Major vessels during 2019. This intention is to deliver a solution that supports regular monitoring of a significant number of assets/fixed measurement points by CFL Engineers, with Analysis being conducted and reported on by a specialist partner. In addition, certain key assets on a small number of vessels have been identified as requiring Fixed Point Permanent monitoring.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG362136",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Framework Agreement is to implement an Embedded Vibration Analysis (EVA) solution. It is intended that this framework will be available to DML and its subsidiaries, including that CFL would wish to utilise this framework and the resulting solution for its 14 Major vessels during 2019. This intention is to deliver a solution that supports regular monitoring of a significant number of assets/fixed measurement points by CFL Engineers, with Analysis being conducted and reported on by a specialist partner. In addition, certain key assets on a small number of vessels have been identified as requiring Fixed Point Permanent monitoring.. 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",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1200
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There will be an option to extend the Agreement for 2 further periods of up to 12 months."
                }
            }
        ],
        "bidOpening": {
            "date": "2019-04-22T12:00:00Z",
            "address": {
                "streetAddress": "Gourock"
            }
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Tenderers must pass the minimum standards sections, Part 3, sections B 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) 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"
                },
                {
                    "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
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1,
                "periodRationale": "The data this contract will gather is dependent on using the same data analysis tools and the same collection points, therefore we have made the maximum extension at the end of the current CHFS2 contract in September 2024 between CalMac Ferries and the Scottish Ministers."
            }
        },
        "classification": {
            "id": "31120000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "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. Please note the IT related questions (1a to 1i) Collectively these form question 1 of the Technical and Quality and scored as per the described weightings in the ITT document page 9. Failure to achieve a score of at least 50 in the overall section (insofar as the questions apply to your solution) would mean the tender would be unsuccessful and would not proceed to the rest of the scored questions or the commercial envelope. All tender information is available from Public Contracts Scotland-Tender website, Project Code 13154, ITT Code 28695 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; 4D1.1.3; 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 13154. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 It is intended that this framework would be available for use by DML and/or any of its subsidiaries (including but not limited to CalMac Ferries Limited). The value identified in section II.1.5 is our best estimate of the anticipated value of the opportunity. This is based on Calmac's estimated requirement of the 14 major vessels listed in the ITT document together with potential additional requirements within the DML group. However, as the future needs of DML and/or any of its subsidiaries is not yet known, this value can go up or down. (SC Ref:592992)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000577598"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000577598"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "ITT Code 28965-1",
            "suppliers": [
                {
                    "id": "org-327",
                    "name": "James Fisher Marine Services"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "ITT Code 28965-1",
            "awardID": "ITT Code 28965-1",
            "status": "active",
            "value": {
                "amount": 392000,
                "currency": "GBP"
            },
            "dateSigned": "2019-06-28T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "602",
                "measure": "bids",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "603",
                "measure": "electronicBids",
                "value": 6,
                "relatedLot": "1"
            }
        ]
    }
}