Award

Supply & Delivery of LNG and Temporary Bunkering Infrastructure to CalMac Ferries Ltd

CALMAC FERRIES LIMITED

This public procurement record has 2 releases in its history.

Award

01 Mar 2021 at 00:00

Tender

13 Jan 2020 at 00:00

Summary of the contracting process

CalMac Ferries Limited has initiated a tender process for the "Supply & Delivery of LNG and Temporary Bunkering Infrastructure" with an estimated value of £11 million over a four-year contract period. The procurement method is an open procedure and is currently in the active stage. The deadline for submissions is set for 24 February 2020. This contract will involve delivery to ports including Troon, Uig, and possibly Ardrossan, and includes requirements for training and operational assistance. The address for communications is CalMac's Ferry Terminal located in Gourock, UK.

This tender presents significant opportunities for businesses specialised in liquefied natural gas (LNG) supply and infrastructure development. Companies with expertise in temporary bunkering solutions, insurance, and risk assessment will be well-suited to bid on this contract. Additionally, firms with the capability to ensure compliance with the specified insurance requirements and provide training along with operational support will find potential for growth in this sector, particularly within the public transport industry.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Supply & Delivery 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.

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

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

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-r6ebe6-0000582739-2021-03-01T00:00:00Z",
    "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"
        }
    ]
}