Award

Framework Agreement for the Supply and Installation of CCTV Equipment on Various Vessels

CALMAC FERRIES LIMITED

This public procurement record has 2 releases in its history.

Award

16 Jan 2020 at 00:00

Tender

11 Jul 2019 at 00:00

Summary of the contracting process

CalMac Ferries Limited, a public body specialising in ferry transport, has announced a procurement process for a Framework Agreement titled "Framework Agreement for the Supply and Installation of CCTV Equipment on Various Vessels". This tender falls under the goods category and is part of an open procurement method, with the award stage recently completed. The procurement process initially opened on 11 July 2019, with a submission deadline that closed on 13 August 2019. The winning supplier for this contract, valued at £730,708.08, is MJR Power & Automation Ltd, based in Thornaby, UK.

This procurement opportunity presents significant growth potential for businesses within the electronics and installations sectors, particularly those specialising in surveillance and safety equipment for maritime use. Companies with proven experience in providing similar goods and services, including those meeting the requisite quality assurance standards, are encouraged to consider future tenders related to the ongoing maintenance and upgrade of systems on maritime vessels, ensuring their competitiveness in upcoming contracts in this 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

Framework Agreement for the Supply and Installation of CCTV Equipment on Various Vessels

Notice Description

Framework Agreement for the Supply and Installation of CCTV Equipment. As detailed in the ITT document.

Lot Information

Lot 1

Framework Agreement for the Supply and Installation of CCTV Equipment on Various Vessel, as detailed in the Invitation to Tender. 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: Possible 1 x 12 month extension

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000590292
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN377675
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
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment


CPV Codes

32234000 - Closed-circuit television cameras

Notice Value(s)

Tender Value
£1,200,000 £1M-£10M
Lots Value
£1,200,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£730,708 £500K-£1M

Notice Dates

Publication Date
16 Jan 20206 years ago
Submission Deadline
13 Aug 2019Expired
Future Notice Date
Not specified
Award Date
25 Nov 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
Not specified
Contact Email
brian.smith@calmac.co.uk, nicholas.donnelly@calmac.co.uk
Contact Phone
+44 1475650252, +44 1475650321

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
TLM Scotland

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

Supplier Information

Number of Suppliers
1
Supplier Name

MJR POWER & AUTOMATION

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-r6ebe6-0000590292-2020-01-16T00:00:00Z",
    "date": "2020-01-16T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000590292",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-17",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "email": "nicholas.donnelly@calmac.co.uk",
                "telephone": "+44 1475650321",
                "faxNumber": "+44 1475650330",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Ferry Operator - Transport",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Ferry Operator - Transport",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Ferry Operator, Transport",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Ferry Operator",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        },
        {
            "id": "org-180",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "email": "brian.smith@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": "Transport",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Ferry Transport",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Ferry Operator, Transport",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Ferry Operator - Transport",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Ferry Operator - Transport",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        },
        {
            "id": "org-213",
            "name": "MJR Power & Automation Ltd",
            "identifier": {
                "legalName": "MJR Power & Automation Ltd"
            },
            "address": {
                "streetAddress": "88 Willows Court, Teesside Industrial Estate",
                "locality": "Thornaby",
                "region": "UKC11",
                "postalCode": "TS17 9PP"
            },
            "contactPoint": {
                "telephone": "+44 7585301213"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "CalMac Ferries Limited",
        "id": "org-180"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000590292",
        "title": "Framework Agreement for the Supply and Installation of CCTV Equipment on Various Vessels",
        "description": "Framework Agreement for the Supply and Installation of CCTV Equipment. As detailed in the ITT document.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "32234000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 1200000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-08-13T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-08-13T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUL360341",
                "documentType": "contractNotice",
                "title": "Framework Agreement for the Supply and Installation of CCTV Equipment on Various Vessels",
                "description": "Framework Agreement for the Supply and Installation of CCTV Equipment. As detailed in the ITT document.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL360341",
                "format": "text/html"
            },
            {
                "id": "JAN377675",
                "documentType": "awardNotice",
                "title": "Framework Agreement for the Supply and Installation of CCTV Equipment on Various Vessels",
                "description": "Framework Agreement for the Supply and Installation of CCTV Equipment. As detailed in the ITT document.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN377675",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Framework Agreement for the Supply and Installation of CCTV Equipment on Various Vessel, as detailed in the Invitation to Tender. 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",
                "value": {
                    "amount": 1200000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality as per ITT",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Possible 1 x 12 month extension"
                }
            }
        ],
        "bidOpening": {
            "date": "2019-08-13T12:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "minimum": "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 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": 1080
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "classification": {
            "id": "32234000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "The vessels are 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. 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 13991 , ITT Code 30807 (SC Ref:610893)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000590292"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000590292"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "ocds-r6ebe6-0000590292-1",
            "suppliers": [
                {
                    "id": "org-213",
                    "name": "MJR Power & Automation Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "ocds-r6ebe6-0000590292-1",
            "awardID": "ocds-r6ebe6-0000590292-1",
            "status": "active",
            "value": {
                "amount": 730708.08,
                "currency": "GBP"
            },
            "dateSigned": "2019-11-25T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 135-331333"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "308",
                "measure": "bids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "309",
                "measure": "smeBids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "310",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "311",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "312",
                "measure": "electronicBids",
                "value": 4,
                "relatedLot": "1"
            }
        ]
    }
}