Tender

FA for the Supply, Delivery, Supervision and Commissioning of Fast Rescue Boats and Davit Systems

CALMAC FERRIES LIMITED

This public procurement record has 2 releases in its history.

TenderUpdate

12 Dec 2019 at 00:00

Tender

10 Dec 2019 at 00:00

Summary of the contracting process

CalMac Ferries Limited is currently in the tender stage for a Framework Agreement titled "FA for the Supply, Delivery, Supervision and Commissioning of Fast Rescue Boats and Davit Systems." This procurement, classified under the goods category, is based in Gourock, UK. The deadline for tender submissions is now extended to 7th February 2020, following an amendment to allow extra time due to the Christmas period. Notably, the procurement method is open, encouraging a wide range of participants to bid for this contract, which has an estimated value of £1,800,000.

This tender presents significant opportunities for businesses specialising in maritime equipment and services, particularly those involved in the supply and commissioning of rescue boats and related systems. Companies with capabilities in health and safety compliance, quality assurance, and those meeting specified insurance requirements will be well-positioned to compete. Additionally, firms looking to establish or expand their presence within the transport industry, particularly in ferry operations, can benefit from participating in this procurement process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

FA for the Supply, Delivery, Supervision and Commissioning of Fast Rescue Boats and Davit Systems

Notice Description

Framework Agreement for the Supply, Delivery, Supervision and Commissioning of Fast Rescue Boats and Davit Systems. As detailed in the ITT document.

Lot Information

Lot 1

Framework Agreement for the Supply, Delivery, Supervision and Commissioning of Fast Rescue Boats and Davit Systems, as detailed within the ITT. 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-r6ebe6-0000607480
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC375234
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F14 - Corrigendum
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

35112000 - Rescue and emergency equipment

Notice Value(s)

Tender Value
£1,800,000 £1M-£10M
Lots Value
£1,800,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
12 Dec 20196 years ago
Submission Deadline
17 Jan 2020Expired
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
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
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-r6ebe6-0000607480-2019-12-12T00:00:00Z",
    "date": "2019-12-12T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000607480",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-70",
            "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-7",
            "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": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.calmac.co.uk"
            }
        }
    ],
    "buyer": {
        "name": "CalMac Ferries Limited",
        "id": "org-7"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000607480",
        "title": "FA for the Supply, Delivery, Supervision and Commissioning of Fast Rescue Boats and Davit Systems",
        "description": "Framework Agreement for the Supply, Delivery, Supervision and Commissioning of Fast Rescue Boats and Davit Systems. As detailed in the ITT document.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "35112000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 1800000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2020-01-17T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2020-01-17T12:00:00Z"
        },
        "documents": [
            {
                "id": "DEC374859",
                "documentType": "contractNotice",
                "title": "FA for the Supply, Delivery, Supervision and Commissioning of Fast Rescue Boats and Davit Systems",
                "description": "Framework Agreement for the Supply, Delivery, Supervision and Commissioning of Fast Rescue Boats and Davit Systems. As detailed in the ITT document.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC374859",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Framework Agreement for the Supply, Delivery, Supervision and Commissioning of Fast Rescue Boats and Davit Systems, as detailed within the ITT. 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": 1800000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "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": "2020-01-17T12:00:00Z"
        },
        "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"
            ]
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "classification": {
            "id": "35112000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "amd-6",
                "description": "To allow extra time due to Christmas period.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2020-01-17T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2020-02-07T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2020-01-17T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2020-02-07T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 141-346711"
        }
    ],
    "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 15314 , ITT Code 33711 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 15314. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:607480)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000607480"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000607480"
        }
    ],
    "noticetype": "OJEU - F14 - Corrigendum"
}