Notice Information
Notice Title
Supply & Delivery of LNG and Temporary Bunkering Infrastructure to CalMac Ferries Ltd
Notice Description
CalMac Ferries Limited is seeking to enter a contractual agreement with a suitably qualified and experienced supplier for the supply and delivery of LNG and temporary Bunkering Solutions
Lot Information
Lot 1
CalMac Ferries Limited is seeking to enter a contractual agreement with a suitably qualified and experienced supplier for the supply and delivery of LNG and temporary Bunkering Solutions (should they be required) at the ports of Troon, Uig and possibly Ardrossan (it is expected the temporary bunkering solution for Troon will be relocatable to Ardrossan upon the ferry service reverting back to Ardrossan while still requiring a temporary LNG bunkering solution). The provision of training and assistance to develop operational practices along with risk assessments and engagement with regulatory authorities will also be a requirement of this contract. Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: * Employers liability - statutory minimum 5m GBP, each and every claim. * Motor Insurance - 5m GBP * Public liability insurance including cover for loss/damage to third party property and third party injury with a minimum limit of GBP10 million per event with no annual aggregate. There must be no marine exclusions in the policy. * Products liability with a minimum limit of USD10 million. There must be no marine exclusions and a completed operations extension. * Professional indemnity/Liability - minimum 5m GBP, each and every claim The bidder should purchase any other insurance cover as necessary, taking into account the terms and conditions of this contract. CalMac Ferries reserve the right not to conclude any contract as a result of the procurement process initiated by this notice and to make whatever changes CalMac Ferries deem appropriate to the content, process, timing and structure of the procurement process. Tenderers submissions in the Technical Envelope Section 2 - Questions 2.6 will be evaluated on a pass/fail basis. Where a supplier has been assessed to have failed a Pass/Fail question their tender submission shall be deemed non-compliant and excluded from that point forward within the ITT process. Tenderers submissions in the Technical Envelope Section 2 - Questions 2.7, 2.8, 2.9, 2.10, 2.11 and 2.12 will be evaluated against the scoring system as detailed in the ITT. "CFL's conditions of the procurement will be published in the ITT. The following sections have been deleted from qualification envelope: 4C; Manpower, Equipment, Subcontracting. Financial requirements: 4B.1.1 Past 3 years yearly turnover. 4B.2.2 Past 3 years average yearly turnover. CFL is subject to the requirements of the Freedom of Information (Scotland) Act 2002 and the Environmental Information (Scotland) Regulations 2004. Accordingly, all information submitted to CFL may need to be disclosed and/or published by it in response to a request under FOISA or the EIRs; and Economic Operators will remain responsible for all costs and expenses incurred by them in connection with this competition. CFL will not be liable to reimburse or compensate any costs incurred in connection with an Economic Operator's participation in this competition, including any costs or other liability in respect of the cancellation of the process." The award criteria questions and weightings will be published in the ITT. Bidders will be expected to demonstrate their capability to provide both LNG and a temporary infrastructure solution.. The estimated value of 11,000,000.00 GBP covers the full 4 year term (including extensions) and the cost for providing the temporary infrastructure.
Renewal: The contract for this service will be let for an initial two-year duration, which will include an installation period for LNG infrastructure, followed by two periods of 12 months, each of which is at CFL's option. In advance of each renewal, CFL may elect not to renew, at its sole discretion, at 60 days' notice. The total contract duration is four years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000582739
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR408145
- 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
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
09 - Petroleum products, fuel, electricity and other sources of energy
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
63 - Supporting and auxiliary transport services; travel agencies services
-
- CPV Codes
09100000 - Fuels
09120000 - Gaseous fuels
39225000 - Lighters, articles of combustible materials, pyrotechnics, matches and liquid or liquefied gas fuels
63721400 - Ship refuelling services
Notice Value(s)
- Tender Value
- £11,000,000 £10M-£100M
- Lots Value
- £11,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 1 Mar 20214 years ago
- Submission Deadline
- 24 Feb 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 1 Mar 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- It is estimated that an additional notice will be published 6 months before the contract end date.
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CALMAC FERRIES LIMITED
- Contact Name
- Mike Belton
- Contact Email
- mike.belton@calmac.co.uk
- Contact Phone
- +44 1475650138
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, TLM83 Inverclyde, East Renfrewshire, and Renfrewshire, TLM93 North Ayrshire and East Ayrshire
-
- 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=JAN377301
Supply & Delivery of LNG and Temporary Bunkering Infrastructure to CalMac Ferries Ltd - CalMac Ferries Limited is seeking to enter a contractual agreement with a suitably qualified and experienced supplier for the supply and delivery of LNG and temporary Bunkering Solutions -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR408145
Supply & Delivery of LNG and Temporary Bunkering Infrastructure to CalMac Ferries Ltd - CalMac Ferries Limited is seeking to enter a contractual agreement with a suitably qualified and experienced supplier for the supply and delivery of LNG and temporary Bunkering Solutions
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-r6ebe6-0000582739-2021-03-01T00:00:00Z",
"date": "2021-03-01T00:00:00Z",
"ocid": "ocds-r6ebe6-0000582739",
"initiationType": "tender",
"parties": [
{
"id": "org-69",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP"
},
"contactPoint": {
"name": "Mike Belton",
"email": "mike.belton@calmac.co.uk",
"telephone": "+44 1475650138",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry transport",
"scheme": "COFOG"
}
],
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-461",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM83",
"postalCode": "PA19 1QP"
},
"contactPoint": {
"name": "Mike Belton",
"email": "mike.belton@calmac.co.uk",
"telephone": "+44 1475650138",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Company",
"scheme": "COFOG"
},
{
"id": "Ferry transport",
"scheme": "COFOG"
}
],
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-142",
"name": "Sheriff Court House",
"identifier": {
"legalName": "Sheriff Court House"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"email": "edinburgh@scotcourts.gov.uk",
"telephone": "+44 1312252525",
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "CalMac Ferries Limited",
"id": "org-461"
},
"tender": {
"id": "ITT 28716",
"title": "Supply & Delivery of LNG and Temporary Bunkering Infrastructure to CalMac Ferries Ltd",
"description": "CalMac Ferries Limited is seeking to enter a contractual agreement with a suitably qualified and experienced supplier for the supply and delivery of LNG and temporary Bunkering Solutions",
"status": "cancelled",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "09100000",
"scheme": "CPV"
},
{
"id": "09120000",
"scheme": "CPV"
},
{
"id": "39225000",
"scheme": "CPV"
},
{
"id": "63721400",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "CalMac Ports"
},
"deliveryAddresses": [
{
"region": "UKM93"
},
{
"region": "UKM83"
},
{
"region": "UKM63"
},
{
"region": "UKM93"
},
{
"region": "UKM83"
},
{
"region": "UKM63"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 11000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-02-24T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-02-24T12:00:00Z"
},
"documents": [
{
"id": "JAN377301",
"documentType": "contractNotice",
"title": "Supply & Delivery of LNG and Temporary Bunkering Infrastructure to CalMac Ferries Ltd",
"description": "CalMac Ferries Limited is seeking to enter a contractual agreement with a suitably qualified and experienced supplier for the supply and delivery of LNG and temporary Bunkering Solutions",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN377301",
"format": "text/html"
},
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "MAR408145",
"documentType": "awardNotice",
"title": "Supply & Delivery of LNG and Temporary Bunkering Infrastructure to CalMac Ferries Ltd",
"description": "CalMac Ferries Limited is seeking to enter a contractual agreement with a suitably qualified and experienced supplier for the supply and delivery of LNG and temporary Bunkering Solutions",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR408145",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "CalMac Ferries Limited is seeking to enter a contractual agreement with a suitably qualified and experienced supplier for the supply and delivery of LNG and temporary Bunkering Solutions (should they be required) at the ports of Troon, Uig and possibly Ardrossan (it is expected the temporary bunkering solution for Troon will be relocatable to Ardrossan upon the ferry service reverting back to Ardrossan while still requiring a temporary LNG bunkering solution). The provision of training and assistance to develop operational practices along with risk assessments and engagement with regulatory authorities will also be a requirement of this contract. Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: * Employers liability - statutory minimum 5m GBP, each and every claim. * Motor Insurance - 5m GBP * Public liability insurance including cover for loss/damage to third party property and third party injury with a minimum limit of GBP10 million per event with no annual aggregate. There must be no marine exclusions in the policy. * Products liability with a minimum limit of USD10 million. There must be no marine exclusions and a completed operations extension. * Professional indemnity/Liability - minimum 5m GBP, each and every claim The bidder should purchase any other insurance cover as necessary, taking into account the terms and conditions of this contract. CalMac Ferries reserve the right not to conclude any contract as a result of the procurement process initiated by this notice and to make whatever changes CalMac Ferries deem appropriate to the content, process, timing and structure of the procurement process. Tenderers submissions in the Technical Envelope Section 2 - Questions 2.6 will be evaluated on a pass/fail basis. Where a supplier has been assessed to have failed a Pass/Fail question their tender submission shall be deemed non-compliant and excluded from that point forward within the ITT process. Tenderers submissions in the Technical Envelope Section 2 - Questions 2.7, 2.8, 2.9, 2.10, 2.11 and 2.12 will be evaluated against the scoring system as detailed in the ITT. \"CFL's conditions of the procurement will be published in the ITT. The following sections have been deleted from qualification envelope: 4C; Manpower, Equipment, Subcontracting. Financial requirements: 4B.1.1 Past 3 years yearly turnover. 4B.2.2 Past 3 years average yearly turnover. CFL is subject to the requirements of the Freedom of Information (Scotland) Act 2002 and the Environmental Information (Scotland) Regulations 2004. Accordingly, all information submitted to CFL may need to be disclosed and/or published by it in response to a request under FOISA or the EIRs; and Economic Operators will remain responsible for all costs and expenses incurred by them in connection with this competition. CFL will not be liable to reimburse or compensate any costs incurred in connection with an Economic Operator's participation in this competition, including any costs or other liability in respect of the cancellation of the process.\" The award criteria questions and weightings will be published in the ITT. Bidders will be expected to demonstrate their capability to provide both LNG and a temporary infrastructure solution.. The estimated value of 11,000,000.00 GBP covers the full 4 year term (including extensions) and the cost for providing the temporary infrastructure.",
"status": "cancelled",
"value": {
"amount": 11000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality and Technical",
"description": "50"
},
{
"type": "price",
"description": "50"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The contract for this service will be let for an initial two-year duration, which will include an installation period for LNG infrastructure, followed by two periods of 12 months, each of which is at CFL's option. In advance of each renewal, CFL may elect not to renew, at its sole discretion, at 60 days' notice. The total contract duration is four years."
}
}
],
"bidOpening": {
"date": "2020-02-24T12:00:00Z",
"address": {
"streetAddress": "Gourock"
}
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2020-06-23T00:00:00Z"
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1
}
},
"classification": {
"id": "09120000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "It is estimated that an additional notice will be published 6 months before the contract end date."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Scoring: Excellent - 100 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. Good - 75 Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirement will be fulfilled. Acceptable - 50 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. Poor - 25 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. Unacceptable - 0 Nil or inadequate response. Fails to demonstrate an ability to meet the requirement (SC Ref:645793)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000582739"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000582739"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "ITT 28716",
"status": "unsuccessful",
"statusDetails": "discontinued",
"relatedLots": [
"1"
]
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2020/S 011-020976"
}
]
}