Award

3rd Party Freight Service for Coll and Tiree

CALMAC FERRIES LIMITED

This public procurement record has 2 releases in its history.

Award

16 Jan 2020 at 00:00

Tender

24 Jul 2019 at 00:00

Summary of the contracting process

CalMac Ferries Limited is currently involved in an open tender process for a contract titled "3rd Party Freight Service for Coll and Tiree." This procurement, categorised under the transport industry, is located in Gourock, UKM, with a bid submission deadline set for 26th August 2019. The primary objective is to award a contract to a single supplier for the provision of freight services owing to ongoing infrastructure upgrades at the ports of Coll and Tiree. The tender amount is valued at £250,000. The associated contract is expected to be for a duration of 360 days.

This tender presents an opportunity for businesses that specialise in freight operations and logistics, particularly those with experience in maritime transport and compliance with safety standards such as ISO certifications. Companies that can demonstrate strong financial health, adequate insurance coverage, and relevant quality assurance mechanisms will be well-positioned to compete for this contract. As the contract includes provisions for electronic payment and ordering, firms with capabilities in these areas will also find strategic advantages in responding to this procurement.

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

3rd Party Freight Service for Coll and Tiree

Notice Description

CalMac Ferries Ltd (CFL) is seeking to award a Contract with one supplier for the provision of a third party freight service for Coll and Tiree.

Lot Information

Lot 1

CalMac Ferries Ltd (CFL) is seeking to award a Contract with one supplier for the provision of a third party freight service for Coll and Tiree. Caledonian Maritime Assets Limited (CMAL) have advised CalMac that they plan to conduct linkspan replacements at the ports of Coll and Tiree in Autumn 2019 and Spring 2020, respectively. The methodology will involve using a large crane barge to lift the linkspan in and out. Existing linkspan decks will be decommissioned and floated out. However, quay side access will still be available throughout the closure period The works are expected to render each linkspan unavailable for a period of approximately 22 - 25 days, including contingency for any weather delays. MVs Clansman and Lord of the Isles, will continue to deliver a passenger-only service throughout the linkspan closure phases, operating the existing timetable. The CFL passenger-only service will be complemented by a managed freight vessel service, fulfilled by a third-party operator.. 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.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000592260
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN377672
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

63 - Supporting and auxiliary transport services; travel agencies services


CPV Codes

63521000 - Freight transport agency services

Notice Value(s)

Tender Value
£250,000 £100K-£500K
Lots Value
£250,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Jan 20206 years ago
Submission Deadline
26 Aug 2019Expired
Future Notice Date
Not specified
Award Date
16 Jan 20206 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Unsuccessful
Lots Status
Unsuccessful
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CALMAC FERRIES LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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
TLM83 Inverclyde, East Renfrewshire, and Renfrewshire

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-r6ebe6-0000592260-2020-01-16T00:00:00Z",
    "date": "2020-01-16T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000592260",
    "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"
            }
        }
    ],
    "buyer": {
        "name": "CalMac Ferries Limited",
        "id": "org-180"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000592260",
        "title": "3rd Party Freight Service for Coll and Tiree",
        "description": "CalMac Ferries Ltd (CFL) is seeking to award a Contract with one supplier for the provision of a third party freight service for Coll and Tiree.",
        "status": "unsuccessful",
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 250000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-08-26T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-08-26T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUL361370",
                "documentType": "contractNotice",
                "title": "3rd Party Freight Service for Coll and Tiree",
                "description": "CalMac Ferries Ltd (CFL) is seeking to award a Contract with one supplier for the provision of a third party freight service for Coll and Tiree.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL361370",
                "format": "text/html"
            },
            {
                "id": "JAN377672",
                "documentType": "awardNotice",
                "title": "3rd Party Freight Service for Coll and Tiree",
                "description": "CalMac Ferries Ltd (CFL) is seeking to award a Contract with one supplier for the provision of a third party freight service for Coll and Tiree.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN377672",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "CalMac Ferries Ltd (CFL) is seeking to award a Contract with one supplier for the provision of a third party freight service for Coll and Tiree. Caledonian Maritime Assets Limited (CMAL) have advised CalMac that they plan to conduct linkspan replacements at the ports of Coll and Tiree in Autumn 2019 and Spring 2020, respectively. The methodology will involve using a large crane barge to lift the linkspan in and out. Existing linkspan decks will be decommissioned and floated out. However, quay side access will still be available throughout the closure period The works are expected to render each linkspan unavailable for a period of approximately 22 - 25 days, including contingency for any weather delays. MVs Clansman and Lord of the Isles, will continue to deliver a passenger-only service throughout the linkspan closure phases, operating the existing timetable. The CFL passenger-only service will be complemented by a managed freight vessel service, fulfilled by a third-party operator.. 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": "unsuccessful",
                "value": {
                    "amount": 250000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2019-08-26T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Tenderers must pass the minimum standards sections of the ESPD (Scotland). Part 3, sections B, C and D of Part 4 will be scored on a pass/fail basis."
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "List and brief description of selection criteria: List and brief description of selection criteria: Please refer to these statements when completing section 4B of the ESPD (Scotland) Statement for 4B.4 Bidders must demonstrate a return on capital employed at a ratio of greater than zero. Ratio will be calculated as follows: net profit after tax divided by net assets (total assets less current liabilities). Bidders must demonstrate a Current Ratio of greater than 1. Current Ratio will be calculated as follows: net current assets divided by net current liabilities. There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing. Statement for 4B.1.1 The Bidders must provide its ('general') yearly turnover for the latest 3 financial years Statement for 4B.5.1-3. It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below. Employer's (Compulsory) Liability Insurance = 5 million GBP Public Liability Insurance = 5 million GBP Product Liability Insurance = 5 million GBP Professional Indemnity Insurance = 5 million GBP"
                },
                {
                    "type": "technical",
                    "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"
            ]
        },
        "classification": {
            "id": "63521000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "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. (SC Ref:610874)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000592260"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000592260"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "N/a",
            "status": "unsuccessful",
            "statusDetails": "unsuccessful",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 142-349912"
        }
    ]
}