Award

Project Torridon: Dry docking, ship repair and maintenance, modifications, upgrades, projects, emergency docking.

CALMAC FERRIES LIMITED

This public procurement record has 4 releases in its history.

Award

07 Dec 2020 at 00:00

TenderUpdate

06 Feb 2020 at 00:00

Tender

04 Feb 2020 at 00:00

Planning

05 Nov 2019 at 00:00

Summary of the contracting process

CalMac Ferries Limited is conducting a procurement process titled "Project Torridon," aimed at securing services for dry docking, ship repair, maintenance, modifications, and emergency docking for their fleet of 32 vessels in Scotland. This tender is scheduled for a competitive procedure with negotiation, and the last submission date for bids was on 5 March 2020. The total contract value is estimated to be between £25 million and £58 million annually. The scope of work will be distributed across different geographical locations throughout the Scottish Islands, with specific operational constraints pertaining to vessel movement.

This procurement presents significant growth opportunities for businesses in the maritime repair and maintenance sectors, particularly for those experienced in servicing Ro-Ro and passenger ferries. Contractors with capabilities in dry docking, emergency repairs, and vessel modifications will be well-positioned to compete. Given the scale of the project, larger enterprises may collaborate with smaller specialist firms to meet the requirements effectively, especially in terms of localised service delivery and community engagement initiatives.

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

Project Torridon: Dry docking, ship repair and maintenance, modifications, upgrades, projects, emergency docking.

Notice Description

CalMac Ferries Ltd (CFL) is seeking to implement a Maintenance and Overhaul Strategy for their vessels, based on competitive longer-term maintenance and overhaul arrangements, that offers increased value for money, improved reliability and availability of vessels in support of the operating timetable, increased stability for support suppliers that allows for increased investment and continuous improvement, and innovative approaches to delivering an enhanced service for the end user customers - the ferry passengers. The service relates to the provision of annual dry dockings; slipping and docking for routine repairs; and classification and MCA survey for CFL's fleet of Ro-Ro and passenger ferries (currently 32 vessels in scope ranging in length from approximately 20m to 118m). The scope of work will comprise of main and intermediate dry dockings, with additional maintenance, repairs and replacements as required including modifications, upgrades, project work, emergency dockings and potentially supply chain management.

Lot Information

LOT 1 - Project Torridon: Dry docking, ship repair and maintenance, modifications, upgrades, projects, emergency dockings.

CalMac Ferries Ltd (CFL) is an operating company of the David MacBrayne Group, which is wholly owned by Scottish Ministers. It operates the Clyde and Hebrides Ferry Service contract, providing passenger, vehicle and freight shipping services on 29 routes, serving 53 ports and harbours across the west coast of Scotland and the Scottish Islands. It operates a fleet of 33 vessels and carries 5 500 000 passengers and 1 500 000 vehicles annually with an average 440 sailings a day. The company earned the National Transport Award for Ferry Operator of the Year in 2018, delivering punctuality and technical reliability performance at 99.6 % and 99.4 % respectively. CFL are seeking to implement a Maintenance and Overhaul Strategy for their vessels, based on competitive longer-term maintenance and overhaul arrangements, that offers increased value for money, improved reliability and availability of vessels in support of the operating timetable, increased stability for support suppliers that allows for increased investment and continuous improvement, and innovative approaches to delivering an enhanced service for the end user customers - the ferry passengers. CFL is seeking to develop, in conjunction with suppliers, an approach to the challenge of providing a high-quality ferry service, which will balance the economic, political, legal and operational constraints in order to deliver a strategic approach to ship repair in Scotland and provide value for money for the tax payer. Duration of a new contract will be discussed with potential suppliers, but will need to align with CalMac's operating contract. Contracts scope will cover the annual overhaul requirement, and may also include additional preventative maintenance, and unplanned/ emergency repairs and upgrades to improve reliability and reduce maintenance costs. Scope of work is specific vessel dependent; the vessels are currently in dock for 2 to 3 weeks with small vessels on average between 1 and 2 weeks but may be longer depending on work scope. Vessels are subject to specific operational areas contained in the load line certificate for each vessel. Any contractor will require to be located within the geographical restrictions of the vessel. Vessel movements may also be subject to favourable weather conditions and MCA approval. The contract is divided into two Lots - Lot 1 as set out below. A candidate may bid for both lots but can only be awarded one lot. The process for determining which lot is awarded is set out on the ITT document. It is a condition of the procurement that for Lot 1 that the works relating to a subset of the vessels that be subcontracted to one or more small to medium sized enterprises (defined in this context as having an annual turnover of less that 10m GBP). The vessels to be subcontracted are denoted as Lot 1b below. The allocation of vessels to lots shown below is provision and subject to change. Lot 1a: MV Lochnevis, MV Hebridean Isles, MV Isle of Mull, MV Isle of Arran MV Caledonian Isles, MV Isle of Lewis, MV Loch Alainn, MV Loch Bhrusda, MV Loch Fyne, MV Argyle MV Bute MV Coruisk, MV Portain MV Lochinvar, MV Catriona, MV Hallaig, MV Loch Dunvegan MV Loch Shira Lot 1b: MV Loch Buie, MV Isle of Cumbrae, MV Loch Linnhe, MV Loch Ranza MV Loch Riddon MV Loch Striven MV Loch Tarbert MV Argyle Flyer, MV Ali Cat MV Argyle Flyer and MV Ali Cat have alreasy been allocated to a ship repair yard for an upgrade and resilience package, schedule for January- March 2021. As such, they will be excluded Lot 1b for 20/21 overhaul season and will be included in the lot for the remainder of the contract.. The estimated contract value excluding VAT is 8,000,000 to 15,000,000 GBP per year. 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. CFL reserves the right to award additional services in accordance with Regulation 33(8) of the Public Contracts (Scotland) Regulations 2015.

LOT 2 - Project Torridon: Dry docking, ship repair and maintenance, modifications, upgrades, projects, emergency dockings.

CalMac Ferries Ltd (CFL) is an operating company of the David MacBrayne Group, which is wholly owned by Scottish Ministers. It operates the Clyde and Hebrides Ferry Service contract, providing passenger, vehicle and freight shipping services on 29 routes, serving 53 ports and harbours across the west coast of Scotland and the Scottish Islands. It operates a fleet of 33 vessels and carries 5,500,000 passengers and 1,500,000 vehicles annually with an average 440 sailings a day. The company earned the National Transport Award for Ferry Operator of the Year in 2018, delivering punctuality and technical reliability performance at 99.6 % and 99.4 % respectively. CFL are seeking to implement a Maintenance and Overhaul Strategy for their vessels, based on competitive longer-term maintenance and overhaul arrangements, that offers increased value for money, improved reliability and availability of vessels in support of the operating timetable, increased stability for support suppliers that allows for increased investment and continuous improvement, and innovative approaches to delivering an enhanced service for the end user customers - the ferry passengers. CFL is seeking to develop, in conjunction with suppliers, an approach to the challenge of providing a high-quality ferry service, which will balance the economic, political, legal and operational constraints in order to deliver a strategic approach to ship repair in Scotland and provide value for money for the tax payer. Duration of a new contract will be discussed with potential suppliers but will need to align with CalMac's operating contract. Contracts scope will cover the annual overhaul requirement, and may also include additional preventative maintenance, and unplanned/ emergency repairs and upgrades to improve reliability and reduce maintenance costs. Scope of work is specific vessel dependent; the larger vessels are currently in dock for 2 to 3 weeks with small vessels on average between 1 and 2 weeks but may be longer depending on work scope. Vessels are subject to specific operational areas contained in the load line certificate for each vessel. Any contractor will need to provide the required services with regards to the operating constraints on the vessels.. Vessel movements may also be subject to weather conditions and MCA approval. The contract is divided into two Lots - Lot 2 as set out below. A candidate may bid for both lots but can only be awarded one lot. The process for determining which lot is awarded is set out on the ITT document. The allocation of vessels to lots shown below is provision and subject to change. Lot 2: MV Clansman MV Loch Seaforth MV Lord of The Isles MV Finlaggan MV Hebrides. The estimated contract value excluding VAT range is 3,00,000 - 6,000,000 GBP oper year.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. CFL reserves the right to award additional services in accordance with Regulation 33(8) of the Public Contracts (Scotland)Regulations 2015.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000603422
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC401718
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50241000 - Repair and maintenance services of ships

50241100 - Vessel repair services

50241200 - Ferry repair services

50244000 - Reconditioning services of ships or boats

50245000 - Upgrading services of ships

50246100 - Dry-docking services

Notice Value(s)

Tender Value
£92,000,000 £10M-£100M
Lots Value
£83,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£25,000,000 £10M-£100M

Notice Dates

Publication Date
7 Dec 20205 years ago
Submission Deadline
24 Feb 2020Expired
Future Notice Date
31 Jan 2020Expired
Award Date
28 Oct 20205 years ago
Contract Period
Not specified - Not specified
Recurrence
2024

Notice Status

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

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
Not specified

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

Supplier Information

Number of Suppliers
1
Supplier Name

CAMMELL LAIRD SHIPREPAIRERS & SHIPBUILDERS

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV371446
    Project Torridon - CalMac Ferries Ltd is seeking to implement a Maintenance and Overhaul Strategy for their vessels, based on longer-term maintenance and overhaul arrangements, offering increased value for money, improved reliability and availability of vessels, increased stability for support suppliers that allows for increased investment and continuous improvement, and innovative approaches to delivering an enhanced service for the end user customers - the ferry passengers. The estimated value excluding VAT: 7.5m GBP - 12.5m GBP per year.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB379835
    Project Torridon: Dry docking, ship repair and maintenance, modifications, upgrades, projects, emergency docking. - CalMac Ferries Ltd (CFL) is seeking to implement a Maintenance and Overhaul Strategy for their vessels, based on competitive longer-term maintenance and overhaul arrangements, that offers increased value for money, improved reliability and availability of vessels in support of the operating timetable, increased stability for support suppliers that allows for increased investment and continuous improvement, and innovative approaches to delivering an enhanced service for the end user customers - the ferry passengers. The service relates to the provision of annual dry dockings; slipping and docking for routine repairs; and classification and MCA survey for CFL's fleet of Ro-Ro and passenger ferries (currently 32 vessels in scope ranging in length from approximately 20m to 118m). The scope of work will comprise of main and intermediate dry dockings, with additional maintenance, repairs and replacements as required including modifications, upgrades, project work, emergency dockings and potentially supply chain management.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC401718
    Project Torridon: Dry docking, ship repair and maintenance, modifications, upgrades, projects, emergency docking. - CalMac Ferries Ltd (CFL) is seeking to implement a Maintenance and Overhaul Strategy for their vessels, based on competitive longer-term maintenance and overhaul arrangements, that offers increased value for money, improved reliability and availability of vessels in support of the operating timetable, increased stability for support suppliers that allows for increased investment and continuous improvement, and innovative approaches to delivering an enhanced service for the end user customers - the ferry passengers. The service relates to the provision of annual dry dockings; slipping and docking for routine repairs; and classification and MCA survey for CFL's fleet of Ro-Ro and passenger ferries (currently 32 vessels in scope ranging in length from approximately 20m to 118m). The scope of work will comprise of main and intermediate dry dockings, with additional maintenance, repairs and replacements as required including modifications, upgrades, project work, emergency dockings and potentially supply chain management.

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-r6ebe6-0000603422-2020-12-07T00:00:00Z",
    "date": "2020-12-07T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000603422",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-23",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "name": "Steven McEwan",
                "email": "steven.mcewan@calmac.co.uk",
                "telephone": "+44 1475656326",
                "faxNumber": "+44 1475650330",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Ferry Operator",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        },
        {
            "id": "org-76",
            "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 1475650370",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "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",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        },
        {
            "id": "org-106",
            "name": "Sheriff Court House,",
            "identifier": {
                "legalName": "Sheriff Court House,"
            },
            "address": {
                "streetAddress": "1 Nelson Street,",
                "locality": "Greenock,",
                "postalCode": "PA15 1TR"
            },
            "contactPoint": {
                "email": "greenock@scotcourts.gov.uk",
                "telephone": "+44 1475787073",
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/greenock-sheriff-court-and-justice-of-the-peace-court"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-16",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "name": "Steven McEwan",
                "email": "steven.mcewan@calmac.co.uk",
                "telephone": "+44 1475656326",
                "faxNumber": "+44 1475650330",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.calmac.co.uk"
            }
        },
        {
            "id": "org-36",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "name": "Chris Curtis",
                "email": "christopher.curtis@calmac.co.uk",
                "telephone": "+44 1475650321",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "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-281",
            "name": "Cammell Laird Shiprepairers & Shipbuilders Ltd",
            "identifier": {
                "legalName": "Cammell Laird Shiprepairers & Shipbuilders Ltd"
            },
            "address": {
                "streetAddress": "Cammell Laird Shipyard, Campbeltown Road",
                "locality": "Birkenhead",
                "region": "UK",
                "postalCode": "CH41 9BP"
            },
            "contactPoint": {
                "telephone": "+44 1516496772"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-138",
            "name": "Sheriff Court House,",
            "identifier": {
                "legalName": "Sheriff Court House,"
            },
            "address": {
                "streetAddress": "Whytescauseway",
                "locality": "Kirkcaldy",
                "postalCode": "KY1 1XQ"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody",
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "name": "CalMac Ferries Limited",
        "id": "org-36"
    },
    "planning": {
        "documents": [
            {
                "id": "NOV371446",
                "documentType": "plannedProcurementNotice",
                "title": "Project Torridon",
                "description": "CalMac Ferries Ltd is seeking to implement a Maintenance and Overhaul Strategy for their vessels, based on longer-term maintenance and overhaul arrangements, offering increased value for money, improved reliability and availability of vessels, increased stability for support suppliers that allows for increased investment and continuous improvement, and innovative approaches to delivering an enhanced service for the end user customers - the ferry passengers. The estimated value excluding VAT: 7.5m GBP - 12.5m GBP per year.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV371446",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ocds-r6ebe6-0000603422",
        "title": "Project Torridon: Dry docking, ship repair and maintenance, modifications, upgrades, projects, emergency docking.",
        "description": "CalMac Ferries Ltd (CFL) is seeking to implement a Maintenance and Overhaul Strategy for their vessels, based on competitive longer-term maintenance and overhaul arrangements, that offers increased value for money, improved reliability and availability of vessels in support of the operating timetable, increased stability for support suppliers that allows for increased investment and continuous improvement, and innovative approaches to delivering an enhanced service for the end user customers - the ferry passengers. The service relates to the provision of annual dry dockings; slipping and docking for routine repairs; and classification and MCA survey for CFL's fleet of Ro-Ro and passenger ferries (currently 32 vessels in scope ranging in length from approximately 20m to 118m). The scope of work will comprise of main and intermediate dry dockings, with additional maintenance, repairs and replacements as required including modifications, upgrades, project work, emergency dockings and potentially supply chain management.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "50241100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50241200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50244000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50245000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50246100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "50241100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50241200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50244000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50245000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50246100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amount": 92000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "1",
                "description": "CalMac Ferries Ltd (CFL) is an operating company of the David MacBrayne Group, which is wholly owned by Scottish Ministers. It operates the Clyde and Hebrides Ferry Service contract, providing passenger, vehicle and freight shipping services on 29 routes, serving 53 ports and harbours across the west coast of Scotland and the Scottish Islands. It operates a fleet of 33 vessels and carries 5 500 000 passengers and 1 500 000 vehicles annually with an average 440 sailings a day. The company earned the National Transport Award for Ferry Operator of the Year in 2018, delivering punctuality and technical reliability performance at 99.6 % and 99.4 % respectively. CFL are seeking to implement a Maintenance and Overhaul Strategy for their vessels, based on competitive longer-term maintenance and overhaul arrangements, that offers increased value for money, improved reliability and availability of vessels in support of the operating timetable, increased stability for support suppliers that allows for increased investment and continuous improvement, and innovative approaches to delivering an enhanced service for the end user customers - the ferry passengers. CFL is seeking to develop, in conjunction with suppliers, an approach to the challenge of providing a high-quality ferry service, which will balance the economic, political, legal and operational constraints in order to deliver a strategic approach to ship repair in Scotland and provide value for money for the tax payer. Duration of a new contract will be discussed with potential suppliers, but will need to align with CalMac's operating contract. Contracts scope will cover the annual overhaul requirement, and may also include additional preventative maintenance, and unplanned/ emergency repairs and upgrades to improve reliability and reduce maintenance costs. Scope of work is specific vessel dependent; the vessels are currently in dock for 2 to 3 weeks with small vessels on average between 1 and 2 weeks but may be longer depending on work scope. Vessels are subject to specific operational areas contained in the load line certificate for each vessel. Any contractor will require to be located within the geographical restrictions of the vessel. Vessel movements may also be subject to favourable weather conditions and MCA approval. The contract is divided into two Lots - Lot 1 as set out below. A candidate may bid for both lots but can only be awarded one lot. The process for determining which lot is awarded is set out on the ITT document. It is a condition of the procurement that for Lot 1 that the works relating to a subset of the vessels that be subcontracted to one or more small to medium sized enterprises (defined in this context as having an annual turnover of less that 10m GBP). The vessels to be subcontracted are denoted as Lot 1b below. The allocation of vessels to lots shown below is provision and subject to change. Lot 1a: MV Lochnevis, MV Hebridean Isles, MV Isle of Mull, MV Isle of Arran MV Caledonian Isles, MV Isle of Lewis, MV Loch Alainn, MV Loch Bhrusda, MV Loch Fyne, MV Argyle MV Bute MV Coruisk, MV Portain MV Lochinvar, MV Catriona, MV Hallaig, MV Loch Dunvegan MV Loch Shira Lot 1b: MV Loch Buie, MV Isle of Cumbrae, MV Loch Linnhe, MV Loch Ranza MV Loch Riddon MV Loch Striven MV Loch Tarbert MV Argyle Flyer, MV Ali Cat MV Argyle Flyer and MV Ali Cat have alreasy been allocated to a ship repair yard for an upgrade and resilience package, schedule for January- March 2021. As such, they will be excluded Lot 1b for 20/21 overhaul season and will be included in the lot for the remainder of the contract.. The estimated contract value excluding VAT is 8,000,000 to 15,000,000 GBP per year. 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. CFL reserves the right to award additional services in accordance with Regulation 33(8) of the Public Contracts (Scotland) Regulations 2015.",
                "status": "active",
                "title": "LOT 1 - Project Torridon: Dry docking, ship repair and maintenance, modifications, upgrades, projects, emergency dockings.",
                "value": {
                    "amount": 58000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "2",
                "title": "LOT 2 - Project Torridon: Dry docking, ship repair and maintenance, modifications, upgrades, projects, emergency dockings.",
                "description": "CalMac Ferries Ltd (CFL) is an operating company of the David MacBrayne Group, which is wholly owned by Scottish Ministers. It operates the Clyde and Hebrides Ferry Service contract, providing passenger, vehicle and freight shipping services on 29 routes, serving 53 ports and harbours across the west coast of Scotland and the Scottish Islands. It operates a fleet of 33 vessels and carries 5,500,000 passengers and 1,500,000 vehicles annually with an average 440 sailings a day. The company earned the National Transport Award for Ferry Operator of the Year in 2018, delivering punctuality and technical reliability performance at 99.6 % and 99.4 % respectively. CFL are seeking to implement a Maintenance and Overhaul Strategy for their vessels, based on competitive longer-term maintenance and overhaul arrangements, that offers increased value for money, improved reliability and availability of vessels in support of the operating timetable, increased stability for support suppliers that allows for increased investment and continuous improvement, and innovative approaches to delivering an enhanced service for the end user customers - the ferry passengers. CFL is seeking to develop, in conjunction with suppliers, an approach to the challenge of providing a high-quality ferry service, which will balance the economic, political, legal and operational constraints in order to deliver a strategic approach to ship repair in Scotland and provide value for money for the tax payer. Duration of a new contract will be discussed with potential suppliers but will need to align with CalMac's operating contract. Contracts scope will cover the annual overhaul requirement, and may also include additional preventative maintenance, and unplanned/ emergency repairs and upgrades to improve reliability and reduce maintenance costs. Scope of work is specific vessel dependent; the larger vessels are currently in dock for 2 to 3 weeks with small vessels on average between 1 and 2 weeks but may be longer depending on work scope. Vessels are subject to specific operational areas contained in the load line certificate for each vessel. Any contractor will need to provide the required services with regards to the operating constraints on the vessels.. Vessel movements may also be subject to weather conditions and MCA approval. The contract is divided into two Lots - Lot 2 as set out below. A candidate may bid for both lots but can only be awarded one lot. The process for determining which lot is awarded is set out on the ITT document. The allocation of vessels to lots shown below is provision and subject to change. Lot 2: MV Clansman MV Loch Seaforth MV Lord of The Isles MV Finlaggan MV Hebrides. The estimated contract value excluding VAT range is 3,00,000 - 6,000,000 GBP oper year.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. CFL reserves the right to award additional services in accordance with Regulation 33(8) of the Public Contracts (Scotland)Regulations 2015.",
                "status": "complete",
                "value": {
                    "amount": 25000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            }
        ],
        "communication": {
            "futureNoticeDate": "2020-01-31T00:00:00Z",
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
        },
        "coveredBy": [
            "GPA"
        ],
        "classification": {
            "id": "50241000",
            "scheme": "CPV"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2020-02-24T12:00:00Z"
        },
        "documents": [
            {
                "id": "FEB379835",
                "documentType": "contractNotice",
                "title": "Project Torridon: Dry docking, ship repair and maintenance, modifications, upgrades, projects, emergency docking.",
                "description": "CalMac Ferries Ltd (CFL) is seeking to implement a Maintenance and Overhaul Strategy for their vessels, based on competitive longer-term maintenance and overhaul arrangements, that offers increased value for money, improved reliability and availability of vessels in support of the operating timetable, increased stability for support suppliers that allows for increased investment and continuous improvement, and innovative approaches to delivering an enhanced service for the end user customers - the ferry passengers. The service relates to the provision of annual dry dockings; slipping and docking for routine repairs; and classification and MCA survey for CFL's fleet of Ro-Ro and passenger ferries (currently 32 vessels in scope ranging in length from approximately 20m to 118m). The scope of work will comprise of main and intermediate dry dockings, with additional maintenance, repairs and replacements as required including modifications, upgrades, project work, emergency dockings and potentially supply chain management.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB379835",
                "format": "text/html"
            },
            {
                "id": "DEC401718",
                "documentType": "awardNotice",
                "title": "Project Torridon: Dry docking, ship repair and maintenance, modifications, upgrades, projects, emergency docking.",
                "description": "CalMac Ferries Ltd (CFL) is seeking to implement a Maintenance and Overhaul Strategy for their vessels, based on competitive longer-term maintenance and overhaul arrangements, that offers increased value for money, improved reliability and availability of vessels in support of the operating timetable, increased stability for support suppliers that allows for increased investment and continuous improvement, and innovative approaches to delivering an enhanced service for the end user customers - the ferry passengers. The service relates to the provision of annual dry dockings; slipping and docking for routine repairs; and classification and MCA survey for CFL's fleet of Ro-Ro and passenger ferries (currently 32 vessels in scope ranging in length from approximately 20m to 118m). The scope of work will comprise of main and intermediate dry dockings, with additional maintenance, repairs and replacements as required including modifications, upgrades, project work, emergency dockings and potentially supply chain management.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC401718",
                "format": "text/html"
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647,
            "maximumLotsAwardedPerSupplier": 1
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true
        },
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true,
            "invitationDate": "2020-02-28T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Economic operators will be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015 based on information provided within the European Single Procurement Document (ESPD)."
                },
                {
                    "type": "economic",
                    "description": "Please refer to these statements when completing Section 4B of the ESPD (Scotland) Statement for 4B: Economic operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, economic operators shall: (a) in response to Question Ref. 4B.1.1 provide the specified ('general') annual turnover and the associated annual accounts as filed at Companies House (or equivalent if not UK registered company) for the last 2 years of trading, or for the period which is available if trading for less than 2 years; (b) in response to Question Ref. 4B.2.1 provide the specified annual turnover in the business area(s) covered by the contract notice and the associated annual accounts as filed at Companies House (or equivalent if not UK registered company) for the last 2 years of trading, or for the period which is available if trading for less than 2 years; (c) in response to Question Ref. 4B.5 confirm they already have or can commit to obtain, prior to commencement of the contract, the required levels of insurance. Economic operators shall be required to provide evidence of a turnover exceeding 10,000,000 GBP per annum. This requirement will be assessed on a pass/fail basis. Where the submission has been submitted by a group of economic operators, the information submitted by each group member will be evaluated in the proportion of the percentage shareholdings or percentage equity/interest of each group member and a score determined for such group of economic operators on that basis. However, where a bidder has structured themselves to rely on one bidder to satisfy elements then CFL shall require joint and several liability. If any bidder does not meet the financial criteria for consideration but has a parent company that does, the bidder may still be eligible for consideration where their tender submission is supported by a parent company guarantee. There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing. In response to Question Ref. 4B.5.1a 4B.5.1b and 4B.5.2 economic operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: -- Employer's Liability insurance = 10,000,000 GBP, -- Public Liability insurance = 10,000,000 GBP, -- Professional Indemnity insurance = 10,000,000 GBP. The bidder should purchase any other insurance cover as necessary, considering the terms and conditions of this contract. In responding to Question Ref. 4B.5.1a 4B.5.1b and 4B.5.2 of the ESPD, where a bidder ticks the box 'No, and I cannot commit to obtain it' the submission shall be marked as fail. Economic operators that alter their composition after making a submission will be the subject of re-evaluation. 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."
                },
                {
                    "type": "technical",
                    "description": "Technical or professional ability (Question Ref. 4C.1.2). Economic operators who fail to satisfy these minimum standards (either they answer 'No' or fail to provide an 'Acceptable' answer and score of 50 for Question 4C1.2) shall be excluded from the procurement competition. Minimum level(s) of standards possibly required: Statement for Question 4C.1.2 -- The bidder will be required to provide relevant examples to demonstrate their experience and knowledge to deliver the services as described in the OJEU Contract Notice II.2.4). Statement for 4C.9 -- Bidders will be required to provide an overview of the solution. Statement for Question 4C.10 -- Bidders will be required to confirm whether they intend to subcontract and if so, for what proportion of the contract."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "2024"
        },
        "amendments": [
            {
                "id": "amd-17",
                "description": "Incorrect date for submission of ESPD",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2020-02-24T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2020-03-05T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "(SC Ref:638190)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000603422"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000603422"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000603422"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000603422"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2020/S 027-063405"
        }
    ],
    "awards": [
        {
            "id": "ocds-r6ebe6-0000603422-1",
            "title": "LOT 2 - Project Torridon: Dry docking, ship repair and maintenance, modifications, upgrades, projects, emergency dockings.",
            "suppliers": [
                {
                    "id": "org-281",
                    "name": "Cammell Laird Shiprepairers & Shipbuilders Ltd"
                }
            ],
            "relatedLots": [
                "2"
            ]
        }
    ],
    "contracts": [
        {
            "id": "ocds-r6ebe6-0000603422-1",
            "awardID": "ocds-r6ebe6-0000603422-1",
            "title": "LOT 2 - Project Torridon: Dry docking, ship repair and maintenance, modifications, upgrades, projects, emergency dockings.",
            "status": "active",
            "value": {
                "amount": 25000000,
                "currency": "GBP"
            },
            "dateSigned": "2020-10-28T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "656",
                "measure": "bids",
                "value": 2,
                "relatedLot": "2"
            },
            {
                "id": "657",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "2"
            },
            {
                "id": "658",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "2"
            },
            {
                "id": "659",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "2"
            },
            {
                "id": "660",
                "measure": "electronicBids",
                "value": 2,
                "relatedLot": "2"
            }
        ]
    }
}