Tender

Framework Agreement for the Supply, Installation and Commissioning of Radar Systems

CALMAC FERRIES LIMITED

This public procurement record has 1 release in its history.

Tender

06 Aug 2019 at 00:00

Summary of the contracting process

CalMac Ferries Limited is currently conducting an open tender for a Framework Agreement aimed at the supply, installation, and commissioning of radar systems on various vessels. The procurement is classified under the goods category and has an estimated value of £1,200,000. The tender period will end on 9th September 2019, coinciding with the scheduled bid opening and award period. The relevant delivery addresses are within the UKM region, specifically at the buying organisation's facility located at the Ferry Terminal in Gourock, UK.

This tender presents significant opportunities for businesses specialising in maritime electronics, installation services, and associated supply chain logistics. Firms with expertise in radar technology and maritime safety systems will be particularly well-suited to compete, especially those that can demonstrate compliance with stringent quality assurance standards and possess the necessary insurance coverages. With a contract term of up to 1080 days plus potential extensions, successful bidders can expect a substantive engagement that could enhance their market presence in the public transport sector.

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, Installation and Commissioning of Radar Systems

Notice Description

Framework Agreement for the Supply, Installation and Commissioning of Radar Systems on various vessels, as detailed in the ITT document.

Lot Information

Lot 1

Framework Agreement for the Supply, Installation and Commissioning of Radar Systems on various vessels, 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-r6ebe6-0000593467
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG362569
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract 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

35 - Security, fire-fighting, police and defence equipment


CPV Codes

35722000 - Radar

Notice Value(s)

Tender Value
£1,200,000 £1M-£10M
Lots Value
£1,200,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Aug 20196 years ago
Submission Deadline
9 Sep 2019Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CALMAC FERRIES LIMITED
Contact Name
Nicholas Donnelly
Contact Email
nicholas.donnelly@calmac.co.uk
Contact Phone
+44 1475650370

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

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-r6ebe6-0000593467-2019-08-06T00:00:00Z",
    "date": "2019-08-06T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000593467",
    "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": {
                "name": "Nicholas Donnelly",
                "email": "nicholas.donnelly@calmac.co.uk",
                "telephone": "+44 1475650370",
                "faxNumber": "+44 1475650321",
                "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 Operator, Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        }
    ],
    "buyer": {
        "name": "CalMac Ferries Limited",
        "id": "org-17"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000593467",
        "title": "Framework Agreement for the Supply, Installation and Commissioning of Radar Systems",
        "description": "Framework Agreement for the Supply, Installation and Commissioning of Radar Systems on various vessels, as detailed in the ITT document.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "35722000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "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": "2019-09-09T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-09-09T12:00:00Z"
        },
        "documents": [
            {
                "id": "AUG362569",
                "documentType": "contractNotice",
                "title": "Framework Agreement for the Supply, Installation and Commissioning of Radar Systems",
                "description": "Framework Agreement for the Supply, Installation and Commissioning of Radar Systems on various vessels, as detailed in the ITT document.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG362569",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Framework Agreement for the Supply, Installation and Commissioning of Radar Systems on various vessels, 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": "active",
                "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": "2019-09-09T12:00:00Z"
        },
        "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": "35722000",
            "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 14218, ITT Code 31488 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 14218. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:593467)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000593467"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}