Notice Information
Notice Title
Professional Consultancy Services for Naval Architecture, Systems Upgrade Design, and Technical Investigations.
Notice Description
A Framework Agreement with a maximum of 3 Suppliers per Lot providing Professional Consultancy Services for Naval Architecture, Systems Upgrade Design and Engineering that recognises value for money, cost reduction, reliability and service continuity whilst also achieving standardisation of services throughout the fleet. CalMac have identified a requirement to procure Naval Architecture, Electrical Engineering and Marine/Mechanical Engineering for Asset Management to use as and when required, when unable to deliver on our own. The framework will cover services required for the entire fleet, covering the agreed contractual period.
Lot Information
Naval Architecture
The Supplier will be able to demonstrate significant experience in the appropriate discipline (design, construction, survey, and repair of ships, systems and machinery), with specific experience on passenger vessels and vehicle ferries. The Supplier may be an individual or a commercial practice providing professional services to the appropriate standard. In order to deliver the required services, the Supplier is required to have a minimum level of expertise and qualification in the required disciplines. These are: Flag and Class acceptability - this will be demonstrated by showing in detail a range of previous projects/work where the Class and Flag authorities have engaged with and approved the Suppliers output.
Renewal: 2 x 12 months
Electrical EngineeringThe Supplier will be able to demonstrate significant experience in the appropriate discipline (design, construction, survey, and repair of ships, systems and machinery), with specific experience on passenger vessels and vehicle ferries. The Supplier may be an individual or a commercial practice providing professional services to the appropriate standard. In order to deliver the required services, the Supplier is required to have a minimum level of expertise and qualification in the required disciplines. These are: Flag and Class acceptability - this will be demonstrated by showing in detail a range of previous projects/work where the Class and Flag authorities have engaged with and approved the Suppliers output.
Renewal: 2 x 12 Months
one stop shop (incorporating all of the services in lots 1 to 3)The Supplier will be able to demonstrate significant experience in the appropriate discipline (design, construction, survey, and repair of ships, systems and machinery), with specific experience on passenger vessels and vehicle ferries. The Supplier may be an individual or a commercial practice providing professional services to the appropriate standard. In order to deliver the required services, the Supplier is required to have a minimum level of expertise and qualification in the required disciplines. These are: Flag and Class acceptability - this will be demonstrated by showing in detail a range of previous projects/work where the Class and Flag authorities have engaged with and approved the Suppliers output.
Renewal: 2 x 12 months
Marine Mechanical EngineeringThe Supplier will be able to demonstrate significant experience in the appropriate discipline (design, construction, survey, and repair of ships, systems and machinery), with specific experience on passenger vessels and vehicle ferries. The Supplier may be an individual or a commercial practice providing professional services to the appropriate standard. In order to deliver the required services, the Supplier is required to have a minimum level of expertise and qualification in the required disciplines. These are: Flag and Class acceptability - this will be demonstrated by showing in detail a range of previous projects/work where the Class and Flag authorities have engaged with and approved the Suppliers output. -Designer level - a resource suitably qualified to produce designs/drawings to a suitable level and clarity to allow approval by Class/Flag. This is expected to be an individual with over 5 years' experience in a similar role in the marine industry, qualified to HNC/HND qualification in this discipline.
Renewal: 2 x 12 months
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000616490
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC401982
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71210000 - Advisory architectural services
71300000 - Engineering services
71320000 - Engineering design services
71330000 - Miscellaneous engineering services
71333000 - Mechanical engineering services
71334000 - Mechanical and electrical engineering services
Notice Value(s)
- Tender Value
- £250,000 £100K-£500K
- Lots Value
- £600,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- £100,000 £100K-£500K
Notice Dates
- Publication Date
- 9 Dec 20205 years ago
- Submission Deadline
- 2 Apr 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 5 Oct 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
- Contact Email
- christopher.curtis@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=MAR382258
Professional Consultancy Services for Naval Architecture, Systems Upgrade Design, and Technical Investigations. - A Framework Agreement with a maximum of 3 Suppliers per Lot providing Professional Consultancy Services for Naval Architecture, Systems Upgrade Design and Engineering that recognises value for money, cost reduction, reliability and service continuity whilst also achieving standardisation of services throughout the fleet. CalMac have identified a requirement to procure Naval Architecture, Electrical Engineering and Marine/Mechanical Engineering for Asset Management to use as and when required, when unable to deliver on our own. The framework will cover services required for the entire fleet, covering the agreed contractual period. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC401982
Professional Consultancy Services for Naval Architecture, Systems Upgrade Design, and Technical Investigations. - A Framework Agreement with a maximum of 3 Suppliers per Lot providing Professional Consultancy Services for Naval Architecture, Systems Upgrade Design and Engineering that recognises value for money, cost reduction, reliability and service continuity whilst also achieving standardisation of services throughout the fleet. CalMac have identified a requirement to procure Naval Architecture, Electrical Engineering and Marine/Mechanical Engineering for Asset Management to use as and when required, when unable to deliver on our own. The framework will cover services required for the entire fleet, covering the agreed contractual period.
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-r6ebe6-0000616490-2020-12-09T00:00:00Z",
"date": "2020-12-09T00:00:00Z",
"ocid": "ocds-r6ebe6-0000616490",
"initiationType": "tender",
"parties": [
{
"id": "org-92",
"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": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"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-17",
"name": "Sheriff Court House,",
"identifier": {
"legalName": "Sheriff Court House,"
},
"address": {
"streetAddress": "27 Chambers Street,",
"locality": "Edinburgh,",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"url": "http://www.nhsscotlandprocurement.scot.nhs.uk/"
},
"roles": [
"reviewBody",
"reviewContactPoint"
]
},
{
"id": "org-15",
"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"
],
"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-241",
"name": "Esbel",
"identifier": {
"legalName": "Esbel"
},
"address": {
"streetAddress": "Alexander Stephen House, Unit 3, 91 Holmfauld Road",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G51 4RY"
},
"contactPoint": {
"telephone": "+44 1419453042"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-242",
"name": "Frazer Nash Consultancy",
"identifier": {
"legalName": "Frazer Nash Consultancy"
},
"address": {
"streetAddress": "8 Nelson Mandela Place",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G11BT"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-243",
"name": "London Offshore Consultants (Aberdeen) Ltd",
"identifier": {
"legalName": "London Offshore Consultants (Aberdeen) Ltd"
},
"address": {
"streetAddress": "DeeBridge House, Leggart Terrace",
"locality": "Aberdeen",
"region": "UK",
"postalCode": "ab12 5TX"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-244",
"name": "MJR Power & Automation Ltd",
"identifier": {
"legalName": "MJR Power & Automation Ltd"
},
"address": {
"streetAddress": "88 Willows Court, Teesside Industrial Estate",
"locality": "Thornaby",
"region": "UKC11",
"postalCode": "TS17 9PP"
},
"contactPoint": {
"telephone": "+44 7585301213"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-245",
"name": "SEAPLACE SL",
"identifier": {
"legalName": "SEAPLACE SL"
},
"address": {
"streetAddress": "BOLIVIA 5 BAJO",
"locality": "MADRID",
"region": "ES300",
"postalCode": "28016"
},
"contactPoint": {
"telephone": "+44 34914585119"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-246",
"name": "Houlder Ltd.",
"identifier": {
"legalName": "Houlder Ltd."
},
"address": {
"streetAddress": "Norman House,, Kettering Terrace",
"locality": "Portsmouth",
"region": "UK",
"postalCode": "PO2 7AE"
},
"contactPoint": {
"telephone": "+44 2392875277"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-247",
"name": "Tymor Marine",
"identifier": {
"legalName": "Tymor Marine"
},
"address": {
"streetAddress": "The Loft, 50 Cotton Street",
"locality": "Aberdeen",
"region": "UKM50",
"postalCode": "AB115EE"
},
"contactPoint": {
"telephone": "+44 1224961950"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-248",
"name": "RMK Technical Services Ltd.",
"identifier": {
"legalName": "RMK Technical Services Ltd."
},
"address": {
"streetAddress": "126 Finnart Street",
"locality": "Greenock",
"region": "UKM83",
"postalCode": "PA168HU"
},
"contactPoint": {
"telephone": "+44 7392942106"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-249",
"name": "Alexander Marine Design Ltd",
"identifier": {
"legalName": "Alexander Marine Design Ltd"
},
"address": {
"streetAddress": "22 St. Fort Road, Wormit",
"locality": "NEWPORT-ON-TAY",
"region": "UKM",
"postalCode": "DD6 8LA"
},
"contactPoint": {
"telephone": "+44 7584693548"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-250",
"name": "Vectis Marine Design Limited",
"identifier": {
"legalName": "Vectis Marine Design Limited"
},
"address": {
"streetAddress": "3 Manor Court, Segensworth East",
"locality": "Fareham",
"region": "UKJ35",
"postalCode": "PO15 5TH"
},
"contactPoint": {
"telephone": "+44 7515437675"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-251",
"name": "babcock marine",
"identifier": {
"legalName": "babcock marine"
},
"address": {
"streetAddress": "william rankine building, rosyth business park",
"locality": "dunfermline",
"region": "UKM72",
"postalCode": "ky11 2yd"
},
"contactPoint": {
"telephone": "+44 7791603137"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-252",
"name": "Burness Corlett Three Quays",
"identifier": {
"legalName": "Burness Corlett Three Quays"
},
"address": {
"streetAddress": "19-21 Great Tower Street",
"locality": "London",
"region": "UK",
"postalCode": "EC3R 5AR"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-253",
"name": "Remontowa Marine Design & Consulting",
"identifier": {
"legalName": "Remontowa Marine Design & Consulting"
},
"address": {
"streetAddress": "Na Ostrowiu 1",
"locality": "Gdansk",
"region": "PL634",
"postalCode": "80-176"
},
"contactPoint": {
"telephone": "+44 48516008128"
},
"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"
},
"tender": {
"id": "ocds-r6ebe6-0000616490",
"title": "Professional Consultancy Services for Naval Architecture, Systems Upgrade Design, and Technical Investigations.",
"description": "A Framework Agreement with a maximum of 3 Suppliers per Lot providing Professional Consultancy Services for Naval Architecture, Systems Upgrade Design and Engineering that recognises value for money, cost reduction, reliability and service continuity whilst also achieving standardisation of services throughout the fleet. CalMac have identified a requirement to procure Naval Architecture, Electrical Engineering and Marine/Mechanical Engineering for Asset Management to use as and when required, when unable to deliver on our own. The framework will cover services required for the entire fleet, covering the agreed contractual period.",
"status": "complete",
"items": [
{
"id": "3",
"additionalClassifications": [
{
"id": "71334000",
"scheme": "CPV"
},
{
"id": "71210000",
"scheme": "CPV"
},
{
"id": "71330000",
"scheme": "CPV"
},
{
"id": "71300000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "3"
},
{
"id": "1",
"additionalClassifications": [
{
"id": "71334000",
"scheme": "CPV"
},
{
"id": "71210000",
"scheme": "CPV"
},
{
"id": "71330000",
"scheme": "CPV"
},
{
"id": "71333000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
},
{
"id": "4",
"additionalClassifications": [
{
"id": "71334000",
"scheme": "CPV"
},
{
"id": "71210000",
"scheme": "CPV"
},
{
"id": "71330000",
"scheme": "CPV"
},
{
"id": "71300000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "4"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "71334000",
"scheme": "CPV"
},
{
"id": "71330000",
"scheme": "CPV"
},
{
"id": "71333000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "2"
}
],
"value": {
"amount": 250000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2020-04-02T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-04-02T12:00:00Z"
},
"documents": [
{
"id": "MAR382258",
"documentType": "contractNotice",
"title": "Professional Consultancy Services for Naval Architecture, Systems Upgrade Design, and Technical Investigations.",
"description": "A Framework Agreement with a maximum of 3 Suppliers per Lot providing Professional Consultancy Services for Naval Architecture, Systems Upgrade Design and Engineering that recognises value for money, cost reduction, reliability and service continuity whilst also achieving standardisation of services throughout the fleet. CalMac have identified a requirement to procure Naval Architecture, Electrical Engineering and Marine/Mechanical Engineering for Asset Management to use as and when required, when unable to deliver on our own. The framework will cover services required for the entire fleet, covering the agreed contractual period.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR382258",
"format": "text/html"
},
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
},
{
"id": "DEC401982",
"documentType": "awardNotice",
"title": "Professional Consultancy Services for Naval Architecture, Systems Upgrade Design, and Technical Investigations.",
"description": "A Framework Agreement with a maximum of 3 Suppliers per Lot providing Professional Consultancy Services for Naval Architecture, Systems Upgrade Design and Engineering that recognises value for money, cost reduction, reliability and service continuity whilst also achieving standardisation of services throughout the fleet. CalMac have identified a requirement to procure Naval Architecture, Electrical Engineering and Marine/Mechanical Engineering for Asset Management to use as and when required, when unable to deliver on our own. The framework will cover services required for the entire fleet, covering the agreed contractual period.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC401982",
"format": "text/html"
}
],
"lots": [
{
"id": "3",
"title": "Naval Architecture",
"description": "The Supplier will be able to demonstrate significant experience in the appropriate discipline (design, construction, survey, and repair of ships, systems and machinery), with specific experience on passenger vessels and vehicle ferries. The Supplier may be an individual or a commercial practice providing professional services to the appropriate standard. In order to deliver the required services, the Supplier is required to have a minimum level of expertise and qualification in the required disciplines. These are: Flag and Class acceptability - this will be demonstrated by showing in detail a range of previous projects/work where the Class and Flag authorities have engaged with and approved the Suppliers output.",
"status": "complete",
"value": {
"amount": 400000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "allowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "2 x 12 months"
}
},
{
"id": "1",
"title": "Electrical Engineering",
"description": "The Supplier will be able to demonstrate significant experience in the appropriate discipline (design, construction, survey, and repair of ships, systems and machinery), with specific experience on passenger vessels and vehicle ferries. The Supplier may be an individual or a commercial practice providing professional services to the appropriate standard. In order to deliver the required services, the Supplier is required to have a minimum level of expertise and qualification in the required disciplines. These are: Flag and Class acceptability - this will be demonstrated by showing in detail a range of previous projects/work where the Class and Flag authorities have engaged with and approved the Suppliers output.",
"status": "complete",
"value": {
"amount": 200000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "2 x 12 Months"
}
},
{
"id": "4",
"title": "one stop shop (incorporating all of the services in lots 1 to 3)",
"description": "The Supplier will be able to demonstrate significant experience in the appropriate discipline (design, construction, survey, and repair of ships, systems and machinery), with specific experience on passenger vessels and vehicle ferries. The Supplier may be an individual or a commercial practice providing professional services to the appropriate standard. In order to deliver the required services, the Supplier is required to have a minimum level of expertise and qualification in the required disciplines. These are: Flag and Class acceptability - this will be demonstrated by showing in detail a range of previous projects/work where the Class and Flag authorities have engaged with and approved the Suppliers output.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "allowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "2 x 12 months"
}
},
{
"id": "2",
"title": "Marine Mechanical Engineering",
"description": "The Supplier will be able to demonstrate significant experience in the appropriate discipline (design, construction, survey, and repair of ships, systems and machinery), with specific experience on passenger vessels and vehicle ferries. The Supplier may be an individual or a commercial practice providing professional services to the appropriate standard. In order to deliver the required services, the Supplier is required to have a minimum level of expertise and qualification in the required disciplines. These are: Flag and Class acceptability - this will be demonstrated by showing in detail a range of previous projects/work where the Class and Flag authorities have engaged with and approved the Suppliers output. -Designer level - a resource suitably qualified to produce designs/drawings to a suitable level and clarity to allow approval by Class/Flag. This is expected to be an individual with over 5 years' experience in a similar role in the marine industry, qualified to HNC/HND qualification in this discipline.",
"status": "complete",
"value": {
"amount": 400000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "40"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "allowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "2 x 12 months"
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2020-04-02T12:00:00Z"
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 5
}
},
"classification": {
"id": "71320000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-17",
"description": "CHange of closing date for receipt of tenders",
"unstructuredChanges": [
{
"oldValue": {
"date": "2020-04-02T12:00:00Z"
},
"newValue": {
"date": "2020-04-17T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2020-04-02T12:00:00Z"
},
"newValue": {
"date": "2020-04-17T12:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
]
}
]
},
"language": "EN",
"description": "(SC Ref:638548)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000616490"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000616490"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000616490"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "ocds-r6ebe6-0000616490-1",
"title": "Electrical Engineering",
"suppliers": [
{
"id": "org-241",
"name": "Esbel"
},
{
"id": "org-242",
"name": "Frazer Nash Consultancy"
},
{
"id": "org-243",
"name": "London Offshore Consultants (Aberdeen) Ltd"
},
{
"id": "org-244",
"name": "MJR Power & Automation Ltd"
},
{
"id": "org-245",
"name": "SEAPLACE SL"
}
],
"relatedLots": [
"1"
]
},
{
"id": "ocds-r6ebe6-0000616490-2",
"title": "Marine Mechanical Engineering",
"suppliers": [
{
"id": "org-242",
"name": "Frazer Nash Consultancy"
},
{
"id": "org-246",
"name": "Houlder Ltd."
},
{
"id": "org-243",
"name": "London Offshore Consultants (Aberdeen) Ltd"
},
{
"id": "org-245",
"name": "SEAPLACE SL"
},
{
"id": "org-247",
"name": "Tymor Marine"
},
{
"id": "org-248",
"name": "RMK Technical Services Ltd."
}
],
"relatedLots": [
"2"
]
},
{
"id": "ocds-r6ebe6-0000616490-3",
"title": "Naval Architecture",
"suppliers": [
{
"id": "org-249",
"name": "Alexander Marine Design Ltd"
},
{
"id": "org-245",
"name": "SEAPLACE SL"
},
{
"id": "org-247",
"name": "Tymor Marine"
},
{
"id": "org-250",
"name": "Vectis Marine Design Limited"
}
],
"relatedLots": [
"3"
]
},
{
"id": "ocds-r6ebe6-0000616490-4",
"title": "one stop shop (incorporating all of the services in lots 1 to 3)",
"suppliers": [
{
"id": "org-249",
"name": "Alexander Marine Design Ltd"
},
{
"id": "org-251",
"name": "babcock marine"
},
{
"id": "org-252",
"name": "Burness Corlett Three Quays"
},
{
"id": "org-242",
"name": "Frazer Nash Consultancy"
},
{
"id": "org-245",
"name": "SEAPLACE SL"
},
{
"id": "org-253",
"name": "Remontowa Marine Design & Consulting"
}
],
"relatedLots": [
"4"
]
}
],
"contracts": [
{
"id": "ocds-r6ebe6-0000616490-1",
"awardID": "ocds-r6ebe6-0000616490-1",
"title": "Electrical Engineering",
"status": "active",
"value": {
"amount": 100000,
"currency": "GBP"
},
"dateSigned": "2020-10-05T00:00:00Z"
},
{
"id": "ocds-r6ebe6-0000616490-2",
"awardID": "ocds-r6ebe6-0000616490-2",
"title": "Marine Mechanical Engineering",
"status": "active",
"value": {
"amount": 100000,
"currency": "GBP"
},
"dateSigned": "2020-10-05T00:00:00Z"
},
{
"id": "ocds-r6ebe6-0000616490-3",
"awardID": "ocds-r6ebe6-0000616490-3",
"title": "Naval Architecture",
"status": "active",
"value": {
"amount": 100000,
"currency": "GBP"
},
"dateSigned": "2020-10-05T00:00:00Z"
},
{
"id": "ocds-r6ebe6-0000616490-4",
"awardID": "ocds-r6ebe6-0000616490-4",
"title": "one stop shop (incorporating all of the services in lots 1 to 3)",
"status": "active",
"value": {
"amount": 100000,
"currency": "GBP"
},
"dateSigned": "2020-10-05T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2020/S 045-107630"
}
],
"bids": {
"statistics": [
{
"id": "562",
"measure": "bids",
"value": 8,
"relatedLot": "1"
},
{
"id": "563",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "564",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "565",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "566",
"measure": "electronicBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "567",
"measure": "bids",
"value": 10,
"relatedLot": "2"
},
{
"id": "568",
"measure": "smeBids",
"value": 0,
"relatedLot": "2"
},
{
"id": "569",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "570",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "571",
"measure": "electronicBids",
"value": 10,
"relatedLot": "2"
},
{
"id": "572",
"measure": "bids",
"value": 15,
"relatedLot": "3"
},
{
"id": "573",
"measure": "smeBids",
"value": 0,
"relatedLot": "3"
},
{
"id": "574",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "3"
},
{
"id": "575",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "3"
},
{
"id": "576",
"measure": "electronicBids",
"value": 15,
"relatedLot": "3"
},
{
"id": "577",
"measure": "bids",
"value": 13,
"relatedLot": "4"
},
{
"id": "578",
"measure": "smeBids",
"value": 0,
"relatedLot": "4"
},
{
"id": "579",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "4"
},
{
"id": "580",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "4"
},
{
"id": "581",
"measure": "electronicBids",
"value": 13,
"relatedLot": "4"
}
]
}
}