Notice Information
Notice Title
Dry Docking, Slipping, Ship Repair & Maintenance, Mods, Upgrades, Projects & Emergency Dockings
Notice Description
The service relates to the provision of Annual Dry Dockings, slipping for routine repairs and classification and MCA survey of up to 33 Ro-Ro & passenger ferries ranging from approximately 20m to 118m for CalMac Ferries Limited. The scope of work will comprise of main and intermediate dry dockings, with additional maintenance, repairs and replacements as required including modifications, upgrades, project work and emergency dockings. The buyer is using PCS-Tender to conduct this EPSD/ITT exercise.
Lot Information
Lot 1 - Loch Linnhe, Loch Riddon, Ali-Cat, Loch Buie, Loch Alainn, Loch Ranza, Loch Bhrusda, Isle of Cumbrae, Argyll Flyer
9 small vessels Loch Linnhe Loch Riddon Ali-Cat Loch Buie Loch Alainn Loch Ranza Loch Bhrusda Isle of Cumbrae Argyll Flyer for the provision of Annual Overhauls, emergent works, repairs dry docking / slipping and emergency docking, project work, modifications and upgrades. This will be a multiple participant framework for 1 year. 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. The overhaul and repair works cycle time should be no greater than the dates specified in Appendix 3 - Vessel Restrictions and Lots this is inclusive from the vessels place of operation to reinstatement and full return to service. Scope of work and specific vessel dependant, the vessels will 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. Tenderers should be aware that the time available to overhaul and complete all repairs, includes travel time from and to the Port of operation. Tenderers must demonstrate how they will meet these deadlines. This includes arrival, MES deployment if required, entering dock, exiting and trials. Following framework formation, bids may be considered as bundles for a number of similar types of vessels. Please see the Lot structure for further details of vessel movements. 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. .
Lot 2 - Hallaig, Catriona, Lochinvar3 small vessels Hallaig Catriona Lochinvar for the provision of Annual Overhauls, emergent works, repairs, dry docking/slipping and emergency docking, project work, modifications and upgrades. This will be a multiple participant framework for 1 year. 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. The overhaul and repair works cycle time should be no greater than the dates specified in Appendix 3 - Vessel Restrictions and Lots this is inclusive from the vessels place of operation to reinstatement and full return to service. Scope of work and specific vessel dependant, the vessels will 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. Tenderers should be aware that the time available to overhaul and complete all repairs, includes travel time from and to the Port of operation. Tenderers must demonstrate how they will meet these deadlines. This includes arrival, MES deployment if required, entering dock, exiting and trials. Following framework formation, bids may be considered as bundles for a number of similar types of vessels. Please see the Lot structure for further details of vessel movements. 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.
Lot 3 - Loch Buie, Loch Alainn, Loch Bhrusda and Isle of Cumbrae4 vessels Loch Dunvegan Loch Shira Loch Portain Loch Fyne For the provision of Annual Overhauls, emergent works, repairs, dry docking/slipping, emergency docking, project work, modifications and upgrades. This will be a multiple participant framework for 1 year. 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. The overhaul and repair works cycle time should be no greater than the dates specified in Appendix 3 - Vessel Restrictions and Lots this is inclusive from the vessels place of operation to reinstatement and full return to service. Scope of work and specific vessel dependant, the vessels will 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. Tenderers should be aware that the time available to overhaul and complete all repairs, includes travel time from and to the Port of operation. Tenderers must demonstrate how they will meet these deadlines. This includes arrival, MES deployment if required, entering dock, exiting and trials. Following framework formation, bids may be considered as bundles for a number of similar types of vessels. Please see the Lot structure for further details of vessel movements. 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.
Lot 4 - Bute, Argyle, Coruisk3 vessels Bute Argyle Coruisk for the provision of Annual Overhauls, emergent works, repairs, dry docking/slipping, emergency docking, project work, modifications and upgrades. This will be a multiple participant framework for 1 year. 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. The overhaul and repair works cycle time should be no greater than the dates specified in Appendix 3 - Vessel Restrictions and Lots this is inclusive from the vessels place of operation to reinstatement and full return to service. Scope of work and specific vessel dependant, the vessels will 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. Tenderers should be aware that the time available to overhaul and complete all repairs, includes travel time from and to the Port of operation. Tenderers must demonstrate how they will meet these deadlines. This includes arrival, MES deployment if required, entering dock, exiting and trials. Following framework formation, bids may be considered as bundles for a number of similar types of vessels. Please see the Lot structure for further details of vessel movements. 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.
Lot 5 - Lochnevis, Lord of the Isles, Hebridean Isles, Caledonian Isles4 vessels Lochnevis Lord of the Isles Hebridean Isles Caledonian Isles for the provision of Annual Overhauls, emergent works, repairs, dry docking/slipping,emergency docking, project work, modifications and upgrades. This will be a multiple participant framework for 1 year. 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. The overhaul and repair works cycle time should be no greater than the dates specified in Appendix 3 - Vessel Restrictions and Lots this is inclusive from the vessels place of operation to reinstatement and full return to service. Scope of work and specific vessel dependant, the vessels will 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. Tenderers should be aware that the time available to overhaul and complete all repairs, includes travel time from and to the Port of operation. Tenderers must demonstrate how they will meet these deadlines. This includes arrival, MES deployment if required, entering dock, exiting and trials. Following framework formation, bids may be considered as bundles for a number of similar types of vessels. Please see the Lot structure for further details of vessel movements. 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.
Lot 7 - Isle of Mull,Finlaggan, Hebrides3 vessels Isle of Mull Finlaggan Hebrides for the provision of Annual Overhauls, emergent works, repairs, dry docking/slipping and emergency docking, project work, modifications and upgrades. This will be a multiple participant framework for 1 year. 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. The overhaul and repair works cycle time should be no greater than the dates specified in Appendix 3 - Vessel Restrictions and Lots this is inclusive from the vessels place of operation to reinstatement and full return to service. Scope of work and specific vessel dependant, the vessels will 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. Tenderers should be aware that the time available to overhaul and complete all repairs, includes travel time from and to the Port of operation. Tenderers must demonstrate how they will meet these deadlines. This includes arrival, MES deployment if required, entering dock, exiting and trials. Following framework formation, bids may be considered as bundles for a number of similar types of vessels. Please see the Lot structure for further details of vessel movements. 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.
Lot 6 - Lord of the Isles, Caledonian Isles, Isle of Lewis, Hebrides3 vessels Isle of Mull Finlaggan Hebrides for the provision of Annual Overhauls, emergent works, repairs, dry docking/slipping and emergency docking, project work, modifications and upgrades. This will be a multiple participant framework for 1 year. 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. The overhaul and repair works cycle time should be no greater than the dates specified in Appendix 3 - Vessel Restrictions and Lots this is inclusive from the vessels place of operation to reinstatement and full return to service. Scope of work and specific vessel dependant, the vessels will 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. Tenderers should be aware that the time available to overhaul and complete all repairs, includes travel time from and to the Port of operation. Tenderers must demonstrate how they will meet these deadlines. This includes arrival, MES deployment if required, entering dock, exiting and trials. Following framework formation, bids may be considered as bundles for a number of similar types of vessels. Please see the Lot structure for further details of vessel movements. 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000580614
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL360942
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50241000 - Repair and maintenance services of ships
50241200 - Ferry repair services
50246100 - Dry-docking services
Notice Value(s)
- Tender Value
- £8,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £8,000,000 £1M-£10M
Notice Dates
- Publication Date
- 18 Jul 20196 years ago
- Submission Deadline
- 20 May 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 8 Jul 20196 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- April 2020
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
- Not specified
- Contact Email
- steven.mcewan@calmac.co.uk
- Contact Phone
- +44 1475650252
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
- Not specified
-
- 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=APR351782
Dry Docking, Slipping, Ship Repair & Maintenance, Mods, Upgrades, Projects & Emergency Dockings - The service relates to the provision of Annual Dry Dockings, slipping for routine repairs and classification and MCA survey of up to 33 Ro-Ro & passenger ferries ranging from approximately 20m to 118m for CalMac Ferries Limited. The scope of work will comprise of main and intermediate dry dockings, with additional maintenance, repairs and replacements as required including modifications, upgrades, project work and emergency dockings. The buyer is using PCS-Tender to conduct this EPSD/ITT exercise. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL360942
Dry Docking, Slipping, Ship Repair & Maintenance, Mods, Upgrades, Projects & Emergency Dockings - The service relates to the provision of Annual Dry Dockings, slipping for routine repairs and classification and MCA survey of up to 33 Ro-Ro & passenger ferries ranging from approximately 20m to 118m for CalMac Ferries Limited. The scope of work will comprise of main and intermediate dry dockings, with additional maintenance, repairs and replacements as required including modifications, upgrades, project work and emergency dockings. The buyer is using PCS-Tender to conduct this EPSD/ITT exercise.
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-r6ebe6-0000580614-2019-07-18T00:00:00Z",
"date": "2019-07-18T00:00:00Z",
"ocid": "ocds-r6ebe6-0000580614",
"initiationType": "tender",
"parties": [
{
"id": "org-40",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP"
},
"contactPoint": {
"email": "steven.mcewan@calmac.co.uk",
"telephone": "+44 1475650252",
"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 Operator - Transport",
"scheme": "COFOG"
}
],
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-159",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP"
},
"contactPoint": {
"email": "steven.mcewan@calmac.co.uk",
"telephone": "+44 1475650252",
"faxNumber": "+44 1475650330",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Operator - Transport",
"scheme": "COFOG"
}
],
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-161",
"name": "Ardmaleish Boatbuilding Co Ltd",
"identifier": {
"legalName": "Ardmaleish Boatbuilding Co Ltd"
},
"address": {
"streetAddress": "Ardmaleish, Port Bannatyne, Bute",
"locality": "Bute",
"region": "UK",
"postalCode": "PA20 0QY"
},
"contactPoint": {
"telephone": "+44 1700502007",
"faxNumber": "+44 1700502257"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-162",
"name": "Dales Marine Services (Greenock) Ltd",
"identifier": {
"legalName": "Dales Marine Services (Greenock) Ltd"
},
"address": {
"streetAddress": "James Watt Dock",
"locality": "GREENOCK",
"region": "UK",
"postalCode": "PA15 2AJ"
},
"contactPoint": {
"telephone": "+44 1475725372",
"faxNumber": "+44 1475725377"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-163",
"name": "Cammell Laird Shiprepairers & Shipbuilders Ltd",
"identifier": {
"legalName": "Cammell Laird Shiprepairers & Shipbuilders Ltd"
},
"address": {
"streetAddress": "Cammell Laird Shipyard, Campbeltown Road",
"locality": "Birkenhead",
"region": "UK",
"postalCode": "CH41 9BP"
},
"contactPoint": {
"telephone": "+44 1516496772"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "CalMac Ferries Limited",
"id": "org-159"
},
"tender": {
"id": "ocds-r6ebe6-0000580614",
"title": "Dry Docking, Slipping, Ship Repair & Maintenance, Mods, Upgrades, Projects & Emergency Dockings",
"description": "The service relates to the provision of Annual Dry Dockings, slipping for routine repairs and classification and MCA survey of up to 33 Ro-Ro & passenger ferries ranging from approximately 20m to 118m for CalMac Ferries Limited. The scope of work will comprise of main and intermediate dry dockings, with additional maintenance, repairs and replacements as required including modifications, upgrades, project work and emergency dockings. The buyer is using PCS-Tender to conduct this EPSD/ITT exercise.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "50241200",
"scheme": "CPV"
},
{
"id": "50241000",
"scheme": "CPV"
},
{
"id": "50246100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "50241200",
"scheme": "CPV"
},
{
"id": "50246100",
"scheme": "CPV"
},
{
"id": "50241000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "50246100",
"scheme": "CPV"
},
{
"id": "50241000",
"scheme": "CPV"
},
{
"id": "50241200",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"id": "50246100",
"scheme": "CPV"
},
{
"id": "50241000",
"scheme": "CPV"
},
{
"id": "50241200",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"id": "50246100",
"scheme": "CPV"
},
{
"id": "50241000",
"scheme": "CPV"
},
{
"id": "50241200",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "5"
},
{
"id": "7",
"additionalClassifications": [
{
"id": "50246100",
"scheme": "CPV"
},
{
"id": "50241000",
"scheme": "CPV"
},
{
"id": "50241200",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "7"
},
{
"id": "6",
"additionalClassifications": [
{
"id": "50246100",
"scheme": "CPV"
},
{
"id": "50241000",
"scheme": "CPV"
},
{
"id": "50241200",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "6"
}
],
"value": {
"amount": 8000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-05-20T12:00:00Z"
},
"awardPeriod": {
"startDate": "2019-05-20T12:00:00Z"
},
"documents": [
{
"id": "APR351782",
"documentType": "contractNotice",
"title": "Dry Docking, Slipping, Ship Repair & Maintenance, Mods, Upgrades, Projects & Emergency Dockings",
"description": "The service relates to the provision of Annual Dry Dockings, slipping for routine repairs and classification and MCA survey of up to 33 Ro-Ro & passenger ferries ranging from approximately 20m to 118m for CalMac Ferries Limited. The scope of work will comprise of main and intermediate dry dockings, with additional maintenance, repairs and replacements as required including modifications, upgrades, project work and emergency dockings. The buyer is using PCS-Tender to conduct this EPSD/ITT exercise.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR351782",
"format": "text/html"
},
{
"id": "JUL360942",
"documentType": "awardNotice",
"title": "Dry Docking, Slipping, Ship Repair & Maintenance, Mods, Upgrades, Projects & Emergency Dockings",
"description": "The service relates to the provision of Annual Dry Dockings, slipping for routine repairs and classification and MCA survey of up to 33 Ro-Ro & passenger ferries ranging from approximately 20m to 118m for CalMac Ferries Limited. The scope of work will comprise of main and intermediate dry dockings, with additional maintenance, repairs and replacements as required including modifications, upgrades, project work and emergency dockings. The buyer is using PCS-Tender to conduct this EPSD/ITT exercise.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL360942",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Lot 1 - Loch Linnhe, Loch Riddon, Ali-Cat, Loch Buie, Loch Alainn, Loch Ranza, Loch Bhrusda, Isle of Cumbrae, Argyll Flyer",
"description": "9 small vessels Loch Linnhe Loch Riddon Ali-Cat Loch Buie Loch Alainn Loch Ranza Loch Bhrusda Isle of Cumbrae Argyll Flyer for the provision of Annual Overhauls, emergent works, repairs dry docking / slipping and emergency docking, project work, modifications and upgrades. This will be a multiple participant framework for 1 year. 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. The overhaul and repair works cycle time should be no greater than the dates specified in Appendix 3 - Vessel Restrictions and Lots this is inclusive from the vessels place of operation to reinstatement and full return to service. Scope of work and specific vessel dependant, the vessels will 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. Tenderers should be aware that the time available to overhaul and complete all repairs, includes travel time from and to the Port of operation. Tenderers must demonstrate how they will meet these deadlines. This includes arrival, MES deployment if required, entering dock, exiting and trials. Following framework formation, bids may be considered as bundles for a number of similar types of vessels. Please see the Lot structure for further details of vessel movements. 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": 360
},
"hasRenewal": false,
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
}
},
{
"id": "2",
"title": "Lot 2 - Hallaig, Catriona, Lochinvar",
"description": "3 small vessels Hallaig Catriona Lochinvar for the provision of Annual Overhauls, emergent works, repairs, dry docking/slipping and emergency docking, project work, modifications and upgrades. This will be a multiple participant framework for 1 year. 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. The overhaul and repair works cycle time should be no greater than the dates specified in Appendix 3 - Vessel Restrictions and Lots this is inclusive from the vessels place of operation to reinstatement and full return to service. Scope of work and specific vessel dependant, the vessels will 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. Tenderers should be aware that the time available to overhaul and complete all repairs, includes travel time from and to the Port of operation. Tenderers must demonstrate how they will meet these deadlines. This includes arrival, MES deployment if required, entering dock, exiting and trials. Following framework formation, bids may be considered as bundles for a number of similar types of vessels. Please see the Lot structure for further details of vessel movements. 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": 360
},
"hasRenewal": false,
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
}
},
{
"id": "3",
"title": "Lot 3 - Loch Buie, Loch Alainn, Loch Bhrusda and Isle of Cumbrae",
"description": "4 vessels Loch Dunvegan Loch Shira Loch Portain Loch Fyne For the provision of Annual Overhauls, emergent works, repairs, dry docking/slipping, emergency docking, project work, modifications and upgrades. This will be a multiple participant framework for 1 year. 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. The overhaul and repair works cycle time should be no greater than the dates specified in Appendix 3 - Vessel Restrictions and Lots this is inclusive from the vessels place of operation to reinstatement and full return to service. Scope of work and specific vessel dependant, the vessels will 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. Tenderers should be aware that the time available to overhaul and complete all repairs, includes travel time from and to the Port of operation. Tenderers must demonstrate how they will meet these deadlines. This includes arrival, MES deployment if required, entering dock, exiting and trials. Following framework formation, bids may be considered as bundles for a number of similar types of vessels. Please see the Lot structure for further details of vessel movements. 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": 360
},
"hasRenewal": false,
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
}
},
{
"id": "4",
"title": "Lot 4 - Bute, Argyle, Coruisk",
"description": "3 vessels Bute Argyle Coruisk for the provision of Annual Overhauls, emergent works, repairs, dry docking/slipping, emergency docking, project work, modifications and upgrades. This will be a multiple participant framework for 1 year. 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. The overhaul and repair works cycle time should be no greater than the dates specified in Appendix 3 - Vessel Restrictions and Lots this is inclusive from the vessels place of operation to reinstatement and full return to service. Scope of work and specific vessel dependant, the vessels will 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. Tenderers should be aware that the time available to overhaul and complete all repairs, includes travel time from and to the Port of operation. Tenderers must demonstrate how they will meet these deadlines. This includes arrival, MES deployment if required, entering dock, exiting and trials. Following framework formation, bids may be considered as bundles for a number of similar types of vessels. Please see the Lot structure for further details of vessel movements. 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": 360
},
"hasRenewal": false,
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
}
},
{
"id": "5",
"title": "Lot 5 - Lochnevis, Lord of the Isles, Hebridean Isles, Caledonian Isles",
"description": "4 vessels Lochnevis Lord of the Isles Hebridean Isles Caledonian Isles for the provision of Annual Overhauls, emergent works, repairs, dry docking/slipping,emergency docking, project work, modifications and upgrades. This will be a multiple participant framework for 1 year. 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. The overhaul and repair works cycle time should be no greater than the dates specified in Appendix 3 - Vessel Restrictions and Lots this is inclusive from the vessels place of operation to reinstatement and full return to service. Scope of work and specific vessel dependant, the vessels will 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. Tenderers should be aware that the time available to overhaul and complete all repairs, includes travel time from and to the Port of operation. Tenderers must demonstrate how they will meet these deadlines. This includes arrival, MES deployment if required, entering dock, exiting and trials. Following framework formation, bids may be considered as bundles for a number of similar types of vessels. Please see the Lot structure for further details of vessel movements. 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": 360
},
"hasRenewal": false,
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
}
},
{
"id": "7",
"title": "Lot 7 - Isle of Mull,Finlaggan, Hebrides",
"description": "3 vessels Isle of Mull Finlaggan Hebrides for the provision of Annual Overhauls, emergent works, repairs, dry docking/slipping and emergency docking, project work, modifications and upgrades. This will be a multiple participant framework for 1 year. 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. The overhaul and repair works cycle time should be no greater than the dates specified in Appendix 3 - Vessel Restrictions and Lots this is inclusive from the vessels place of operation to reinstatement and full return to service. Scope of work and specific vessel dependant, the vessels will 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. Tenderers should be aware that the time available to overhaul and complete all repairs, includes travel time from and to the Port of operation. Tenderers must demonstrate how they will meet these deadlines. This includes arrival, MES deployment if required, entering dock, exiting and trials. Following framework formation, bids may be considered as bundles for a number of similar types of vessels. Please see the Lot structure for further details of vessel movements. 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": 360
},
"hasRenewal": false,
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
}
},
{
"id": "6",
"title": "Lot 6 - Lord of the Isles, Caledonian Isles, Isle of Lewis, Hebrides",
"description": "3 vessels Isle of Mull Finlaggan Hebrides for the provision of Annual Overhauls, emergent works, repairs, dry docking/slipping and emergency docking, project work, modifications and upgrades. This will be a multiple participant framework for 1 year. 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. The overhaul and repair works cycle time should be no greater than the dates specified in Appendix 3 - Vessel Restrictions and Lots this is inclusive from the vessels place of operation to reinstatement and full return to service. Scope of work and specific vessel dependant, the vessels will 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. Tenderers should be aware that the time available to overhaul and complete all repairs, includes travel time from and to the Port of operation. Tenderers must demonstrate how they will meet these deadlines. This includes arrival, MES deployment if required, entering dock, exiting and trials. Following framework formation, bids may be considered as bundles for a number of similar types of vessels. Please see the Lot structure for further details of vessel movements. 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": 360
},
"hasRenewal": false,
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2019-05-20T12:00:00Z"
},
"communication": {
"atypicalToolUrl": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"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 for all Lots plus the technical and quality question 2.1 Availability of Facilities, in all Lots . This will be scored on a pass/fail basis. A fail result will lead to rejection of the bid. See Invitation to Tender documentation."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "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 = 10 million GBP Public Liability Insurance = 10 million GBP Product Liability Insurance = 10 million GBP Professional Indemnity Insurance = 10 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": 90
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 21
}
},
"classification": {
"id": "50241000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "April 2020"
},
"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. All tender information is available from Public Contracts Scotland-Tender website, Project Code 13412, itt_29583, itt_29584. itt_29585, itt_29587, itt_29588 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; 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. (SC Ref:591563)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000580614"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000580614"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "ocds-r6ebe6-0000580614-1",
"title": "Lot 1 - Loch Linnhe, Loch Riddon, Ali-Cat, Loch Buie, Loch Alainn, Loch Ranza, Loch Bhrusda, Isle of Cumbrae, Argyll Flyer",
"suppliers": [
{
"id": "org-161",
"name": "Ardmaleish Boatbuilding Co Ltd"
},
{
"id": "org-162",
"name": "Dales Marine Services (Greenock) Ltd"
}
],
"relatedLots": [
"1"
]
},
{
"id": "ocds-r6ebe6-0000580614-2",
"title": "Lot 2 - Hallaig, Catriona, Lochinvar",
"suppliers": [
{
"id": "org-162",
"name": "Dales Marine Services (Greenock) Ltd"
}
],
"relatedLots": [
"2"
]
},
{
"id": "ocds-r6ebe6-0000580614-3",
"title": "Lot 3 - Loch Buie, Loch Alainn, Loch Bhrusda and Isle of Cumbrae",
"suppliers": [
{
"id": "org-162",
"name": "Dales Marine Services (Greenock) Ltd"
}
],
"relatedLots": [
"3"
]
},
{
"id": "ocds-r6ebe6-0000580614-4",
"title": "Lot 4 - Bute, Argyle, Coruisk",
"suppliers": [
{
"id": "org-162",
"name": "Dales Marine Services (Greenock) Ltd"
}
],
"relatedLots": [
"4"
]
},
{
"id": "ocds-r6ebe6-0000580614-5",
"title": "Lot 5 - Lochnevis, Lord of the Isles, Hebridean Isles, Caledonian Isles",
"suppliers": [
{
"id": "org-162",
"name": "Dales Marine Services (Greenock) Ltd"
},
{
"id": "org-163",
"name": "Cammell Laird Shiprepairers & Shipbuilders Ltd"
}
],
"relatedLots": [
"5"
]
},
{
"id": "ocds-r6ebe6-0000580614-6",
"title": "Lot 6 - Lord of the Isles, Caledonian Isles, Isle of Lewis, Hebrides",
"suppliers": [
{
"id": "org-162",
"name": "Dales Marine Services (Greenock) Ltd"
},
{
"id": "org-163",
"name": "Cammell Laird Shiprepairers & Shipbuilders Ltd"
}
],
"relatedLots": [
"6"
]
},
{
"id": "ocds-r6ebe6-0000580614-7",
"title": "Lot 7 - Isle of Mull,Finlaggan, Hebrides",
"suppliers": [
{
"id": "org-162",
"name": "Dales Marine Services (Greenock) Ltd"
},
{
"id": "org-163",
"name": "Cammell Laird Shiprepairers & Shipbuilders Ltd"
}
],
"relatedLots": [
"7"
]
}
],
"contracts": [
{
"id": "ocds-r6ebe6-0000580614-1",
"awardID": "ocds-r6ebe6-0000580614-1",
"title": "Lot 1 - Loch Linnhe, Loch Riddon, Ali-Cat, Loch Buie, Loch Alainn, Loch Ranza, Loch Bhrusda, Isle of Cumbrae, Argyll Flyer",
"status": "active",
"value": {
"amount": 8000000,
"currency": "GBP"
},
"dateSigned": "2019-07-08T00:00:00Z"
},
{
"id": "ocds-r6ebe6-0000580614-2",
"awardID": "ocds-r6ebe6-0000580614-2",
"title": "Lot 2 - Hallaig, Catriona, Lochinvar",
"status": "active",
"value": {
"amount": 8000000,
"currency": "GBP"
},
"dateSigned": "2019-07-08T00:00:00Z"
},
{
"id": "ocds-r6ebe6-0000580614-3",
"awardID": "ocds-r6ebe6-0000580614-3",
"title": "Lot 3 - Loch Buie, Loch Alainn, Loch Bhrusda and Isle of Cumbrae",
"status": "active",
"value": {
"amount": 8000000,
"currency": "GBP"
},
"dateSigned": "2019-07-08T00:00:00Z"
},
{
"id": "ocds-r6ebe6-0000580614-4",
"awardID": "ocds-r6ebe6-0000580614-4",
"title": "Lot 4 - Bute, Argyle, Coruisk",
"status": "active",
"value": {
"amount": 8000000,
"currency": "GBP"
},
"dateSigned": "2019-07-08T00:00:00Z"
},
{
"id": "ocds-r6ebe6-0000580614-5",
"awardID": "ocds-r6ebe6-0000580614-5",
"title": "Lot 5 - Lochnevis, Lord of the Isles, Hebridean Isles, Caledonian Isles",
"status": "active",
"value": {
"amount": 8000000,
"currency": "GBP"
},
"dateSigned": "2019-07-08T00:00:00Z"
},
{
"id": "ocds-r6ebe6-0000580614-6",
"awardID": "ocds-r6ebe6-0000580614-6",
"title": "Lot 6 - Lord of the Isles, Caledonian Isles, Isle of Lewis, Hebrides",
"status": "active",
"value": {
"amount": 8000000,
"currency": "GBP"
},
"dateSigned": "2019-07-08T00:00:00Z"
},
{
"id": "ocds-r6ebe6-0000580614-7",
"awardID": "ocds-r6ebe6-0000580614-7",
"title": "Lot 7 - Isle of Mull,Finlaggan, Hebrides",
"status": "active",
"value": {
"amount": 8000000,
"currency": "GBP"
},
"dateSigned": "2019-07-08T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 077-183411"
}
],
"bids": {
"statistics": [
{
"id": "239",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "240",
"measure": "smeBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "241",
"measure": "bids",
"value": 1,
"relatedLot": "2"
},
{
"id": "242",
"measure": "bids",
"value": 1,
"relatedLot": "3"
},
{
"id": "243",
"measure": "bids",
"value": 1,
"relatedLot": "4"
},
{
"id": "244",
"measure": "bids",
"value": 2,
"relatedLot": "5"
},
{
"id": "245",
"measure": "bids",
"value": 2,
"relatedLot": "6"
},
{
"id": "246",
"measure": "bids",
"value": 2,
"relatedLot": "7"
}
]
}
}