Notice Information
Notice Title
Appointment of a Classification Society for PAX/RoRo Vessels
Notice Description
CalMac Ferries Ltd is seeking to appoint a classification society who can offer core planned services and reactive services that demonstrate value for money, improved reliability and availability of vessels. We require a supplier who provides increased stability, that allows for increased investment and continuous improvement along with innovative approaches to delivering an enhanced service. The estimated value excluding VAT: 500,000 GBP - 700,000 GBP per year.
Lot Information
Lot 1
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 appoint a Classification Society for their vessels, based on competitive longer-term 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 may also include additional preventative maintenance strategies to improve reliability and reduce maintenance costs. Scope of work is vessel dependent; Any contractor will require to be located or respond quickly within the geographical restrictions of the vessel. Vessel movements may also be subject to favourable weather conditions and MCA approval.
Renewal: 60 months
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000611533
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC401882
- 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
34 - Transport equipment and auxiliary products to transportation
60 - Transport services (excl. Waste transport)
-
- CPV Codes
34500000 - Ships and boats
34510000 - Ships
34512000 - Ships and similar vessels for the transport of persons or goods
60640000 - Shipping operations
Notice Value(s)
- Tender Value
- £5,000,000 £1M-£10M
- Lots Value
- £5,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £2,000,000 £1M-£10M
Notice Dates
- Publication Date
- 8 Dec 20205 years ago
- Submission Deadline
- 1 Jun 2020Expired
- Future Notice Date
- 1 Apr 2020Expired
- Award Date
- 1 Dec 20205 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CALMAC FERRIES LIMITED
- Contact Name
- Chris Curtis, Nicholas Donnelly
- Contact Email
- christopher.curtis@calmac.co.uk, nicholas.donnelly@calmac.co.uk, steven.mcewan@calmac.co.uk
- Contact Phone
- +44 1475650321, +44 1475656326
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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB379215
Appointment of a Classification Society for PAX/RoRo Vessels - CalMac Ferries Ltd is seeking to appoint a classification society who can offer core planned services and reactive services that demonstrate value for money, improved reliability and availability of vessels. We require a supplier who provides increased stability, that allows for increased investment and continuous improvement along with innovative approaches to delivering an enhanced service. The estimated value excluding VAT: 500,000 GBP - 700,000 GBP per year. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386058
Appointment of a Classification Society for PAX/RoRo Vessels - CalMac Ferries Ltd is seeking to appoint a classification society who can offer core planned services and reactive services that demonstrate value for money, improved reliability and availability of vessels. We require a supplier who provides increased stability, that allows for increased investment and continuous improvement along with innovative approaches to delivering an enhanced service. The estimated value excluding VAT: 500,000 GBP - 700,000 GBP per year. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC401882
Appointment of a Classification Society for PAX/RoRo Vessels - CalMac Ferries Ltd is seeking to appoint a classification society who can offer core planned services and reactive services that demonstrate value for money, improved reliability and availability of vessels. We require a supplier who provides increased stability, that allows for increased investment and continuous improvement along with innovative approaches to delivering an enhanced service. The estimated value excluding VAT: 500,000 GBP - 700,000 GBP per year.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000611533-2020-12-08T00:00:00Z",
"date": "2020-12-08T00:00:00Z",
"ocid": "ocds-r6ebe6-0000611533",
"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": {
"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-22",
"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 1475650321",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"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": "TED_CA_TYPE"
},
{
"id": "Ferry Operator",
"scheme": "COFOG"
},
{
"id": "Ferry Company",
"scheme": "COFOG"
}
],
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-69",
"name": "Greeniock Sheriff Court",
"identifier": {
"legalName": "Greeniock Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House 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-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-264",
"name": "Lloyd's Register EMEA",
"identifier": {
"legalName": "Lloyd's Register EMEA"
},
"address": {
"streetAddress": "Suite 2/1, 14 Elliot Place",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G3 8EP"
},
"contactPoint": {
"telephone": "+44 7771730967"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-265",
"name": "Greenock Sheriff Court",
"identifier": {
"legalName": "Greenock Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House 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"
]
}
],
"buyer": {
"name": "CalMac Ferries Limited",
"id": "org-36"
},
"planning": {
"documents": [
{
"id": "FEB379215",
"documentType": "plannedProcurementNotice",
"title": "Appointment of a Classification Society for PAX/RoRo Vessels",
"description": "CalMac Ferries Ltd is seeking to appoint a classification society who can offer core planned services and reactive services that demonstrate value for money, improved reliability and availability of vessels. We require a supplier who provides increased stability, that allows for increased investment and continuous improvement along with innovative approaches to delivering an enhanced service. The estimated value excluding VAT: 500,000 GBP - 700,000 GBP per year.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB379215",
"format": "text/html"
}
]
},
"tender": {
"id": "ocds-r6ebe6-0000611533",
"title": "Appointment of a Classification Society for PAX/RoRo Vessels",
"description": "CalMac Ferries Ltd is seeking to appoint a classification society who can offer core planned services and reactive services that demonstrate value for money, improved reliability and availability of vessels. We require a supplier who provides increased stability, that allows for increased investment and continuous improvement along with innovative approaches to delivering an enhanced service. The estimated value excluding VAT: 500,000 GBP - 700,000 GBP per year.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "60640000",
"scheme": "CPV"
},
{
"id": "34500000",
"scheme": "CPV"
},
{
"id": "34510000",
"scheme": "CPV"
},
{
"id": "34512000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Any port in the United Kingdom. Operating mainly in Scotland."
},
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 5000000,
"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 appoint a Classification Society for their vessels, based on competitive longer-term 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 may also include additional preventative maintenance strategies to improve reliability and reduce maintenance costs. Scope of work is vessel dependent; Any contractor will require to be located or respond quickly within the geographical restrictions of the vessel. Vessel movements may also be subject to favourable weather conditions and MCA approval.",
"status": "complete",
"value": {
"amount": 5000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "allowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "60 months"
}
}
],
"communication": {
"futureNoticeDate": "2020-04-01T00:00:00Z",
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"coveredBy": [
"GPA"
],
"classification": {
"id": "60640000",
"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": "2020-06-01T12:00:00Z"
},
"documents": [
{
"id": "MAY386058",
"documentType": "contractNotice",
"title": "Appointment of a Classification Society for PAX/RoRo Vessels",
"description": "CalMac Ferries Ltd is seeking to appoint a classification society who can offer core planned services and reactive services that demonstrate value for money, improved reliability and availability of vessels. We require a supplier who provides increased stability, that allows for increased investment and continuous improvement along with innovative approaches to delivering an enhanced service. The estimated value excluding VAT: 500,000 GBP - 700,000 GBP per year.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386058",
"format": "text/html"
},
{
"id": "DEC401882",
"documentType": "awardNotice",
"title": "Appointment of a Classification Society for PAX/RoRo Vessels",
"description": "CalMac Ferries Ltd is seeking to appoint a classification society who can offer core planned services and reactive services that demonstrate value for money, improved reliability and availability of vessels. We require a supplier who provides increased stability, that allows for increased investment and continuous improvement along with innovative approaches to delivering an enhanced service. The estimated value excluding VAT: 500,000 GBP - 700,000 GBP per year.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC401882",
"format": "text/html"
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true,
"invitationDate": "2020-06-03T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Suppliers must be able to demonstrate that they are on the UK Martime and Coastguard Agency list of approved Classifcation Societies."
},
{
"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 3,000,000 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 meet the criteria then the parent company must provide evidence of a turnover exceeding 3,000,000 GBP per annum providing it does, then 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 3 relevant examples to demonstrate their experience and knowledge to deliver the services as described in the OJEU Contract Notice II.2.4). Statement for Question 4C.1.2 - The bidder will be required to provide evidence that they are on the UK Martime and Coastguard Agency list of approved Classifcation Societies. Statement for Question 4C.1.2 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.",
"minimum": "To participate in this Tender, suppliers must be on the UK Martime and Coastguard Agency list of approved Classifcation Societies."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"hasRecurrence": false
},
"language": "EN",
"description": "(SC Ref:638411)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000611533"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000611533"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000611533"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2020/S 087-209396"
}
],
"awards": [
{
"id": "AM20-001",
"suppliers": [
{
"id": "org-264",
"name": "Lloyd's Register EMEA"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "AM20-001",
"awardID": "AM20-001",
"status": "active",
"value": {
"amount": 2000000,
"currency": "GBP"
},
"dateSigned": "2020-12-01T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "617",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "618",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "619",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "620",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "621",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
}
]
}
}