Award

FA for the Supply and Commissioning of Sewage Treatment Tanks for Various Vessels

CALMAC FERRIES LIMITED

This public procurement record has 2 releases in its history.

Award

05 Feb 2020 at 00:00

Tender

13 Aug 2019 at 00:00

Summary of the contracting process

CalMac Ferries Limited is seeking suppliers through an open procurement process for a Framework Agreement related to the supply and commissioning of sewage treatment tanks for various vessels. The procurement process, which is currently active, had a submission deadline of 16 September 2019. The total estimated value for this contract is £400,000, and it falls under the goods category in the transport industry. The contracting authority is based at the Ferry Terminal in Gourock, UKM, and prospective bidders should note the necessary compliance criteria which are outlined in the tender documentation.

This tender offers significant growth opportunities for businesses specialising in marine equipment or environmental engineering, specifically those involved in sewage treatment solutions. Suitable candidates will likely include companies with experience in providing high-quality technical solutions for maritime applications, particularly those that can meet rigorous health, safety, and environmental standards. The contract's framework structure suggests potential for longevity and further engagement if the initial terms are satisfactory, making it an attractive option for competitive bidders.

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

FA for the Supply and Commissioning of Sewage Treatment Tanks for Various Vessels

Notice Description

Framework Agreement for the Supply and Commissioning of Sewage Treatment Tanks

Lot Information

Lot 1

Framework Agreement for the Supply and Commissioning of Sewage Treatment Tanks onboard major vessels.. 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-r6ebe6-0000594040
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB379909
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

42 - Industrial machinery


CPV Codes

42996000 - Machinery for the treatment of sewage

Notice Value(s)

Tender Value
£400,000 £100K-£500K
Lots Value
£400,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Feb 20206 years ago
Submission Deadline
16 Sep 2019Expired
Future Notice Date
Not specified
Award Date
5 Feb 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
June Cairns, Nicholas Donnelly
Contact Email
june.cairns@calmac.co.uk, nicholas.donnelly@calmac.co.uk
Contact Phone
+44 1475650252, +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-r6ebe6-0000594040-2020-02-05T00:00:00Z",
    "date": "2020-02-05T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000594040",
    "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"
            }
        },
        {
            "id": "org-223",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "name": "June Cairns",
                "email": "june.cairns@calmac.co.uk",
                "telephone": "+44 1475650252",
                "faxNumber": "+44 1475650330",
                "url": "http://"
            },
            "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"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        }
    ],
    "buyer": {
        "name": "CalMac Ferries Limited",
        "id": "org-223"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000594040",
        "title": "FA for the Supply and Commissioning of Sewage Treatment Tanks for Various Vessels",
        "description": "Framework Agreement for the Supply and Commissioning of Sewage Treatment Tanks",
        "status": "unsuccessful",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "42996000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 400000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-09-16T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-09-16T12:00:00Z"
        },
        "documents": [
            {
                "id": "AUG363241",
                "documentType": "contractNotice",
                "title": "FA for the Supply and Commissioning of Sewage Treatment Tanks for Various Vessels",
                "description": "Framework Agreement for the Supply and Commissioning of Sewage Treatment Tanks",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG363241",
                "format": "text/html"
            },
            {
                "id": "FEB379909",
                "documentType": "awardNotice",
                "title": "FA for the Supply and Commissioning of Sewage Treatment Tanks for Various Vessels",
                "description": "Framework Agreement for the Supply and Commissioning of Sewage Treatment Tanks",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB379909",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Framework Agreement for the Supply and Commissioning of Sewage Treatment Tanks onboard major vessels.. 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": 400000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Possible 1 x 12 month extension"
                }
            }
        ],
        "bidOpening": {
            "date": "2019-09-16T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "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": "42996000",
            "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 14260 , ITT Code 31570 (SC Ref:613602)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000594040"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000594040"
        }
    ],
    "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 157-387028"
        }
    ]
}