Notice Information
Notice Title
Supply, Installation and Commissioning of Vessel Generator Sets and Main Propulsion Engines
Notice Description
SUPPLY, INSTALLTION & COMMISSIONING OF REPLACEMENT VESSEL GENERATOR SETS AND MAIN PROPULSION ENGINES FOR TWO VESSELS AND THE OPTION FOR A THIRD
Lot Information
SUPPLY INSTALLATION & COMMISSIONING OF TIER III MAIN PROPULSION ENGINES
Calmac Ferries Limited (CFL) would like to award a contract to a vendor for the supply (including delivery, storage & preservation), commissioning and testing of the following: MV Loch Dunvegan - Two new IMO Tier III certified main engines to be purchased and stored in 2020 and installed during the 21/22 dry docking season. OPTIONAL - MV Loch Alainn - Two new 350 kW IMO Tier III certified main engines MV Loch Dunvegan Built at Fergusons shipbuilders Ltd, Port Glasgow in 1991. The Loch Dunvegan (IMO: 9006409) is a 73.8m Ro-Ro/Passenger ferry that currently serves various islands in the west coast of Scotland. The vessel is UK registered and the classification society is Lloyds register of shipping (LRS). Main propulsion is provided by two Volvo Penta TAM162 diesel main engines that are coupled to Voith Schneider propellers (VSP). The existing main engines have high running hours and are coming to the end of their working life. MV Loch Alainn (OPTION) Built at Buckie Shipbuilders Ltd in 1997. The Loch Alainn is a 41m Ro-Ro/Passenger ferry that currently serves various islands in the west coast of Scotland. The vessel is UK registered and the classification society is Lloyds register of shipping (LRS). Main propulsion is provided by two 600 kW Cummins KT38 diesel main engines that are coupled to Voith Schneider propellers (VSP) via a gearbox arrangement. The existing main engines have high running hours and are coming to the end of their working life. Recent studies have indicated that the vessel is over powered, subsequently the new replacement engines will be 350 kW.
Options: MV Loch Alainn - Two new 350 kW IMO Tier III certified main engines (OPTION) prices for this option to be included with initial tender response.
TIER III GENERATOR SETS FOR THE MV ISLE OF MULLMV Isle of Mull - Four new IMO Tier III certified generator sets to be purchased and stored in 2020 and installed during the 21/22 dry docking season. MV Isle of Mull Built at Fergusons shipbuilders Ltd, Port Glasgow in 1988. The Isle of Mull (IMO:8608339) is a 90.3m Ro-Ro/Passenger ferry that currently serves various islands in the west coast of Scotland. The vessel is UK registered and the classification society is Lloyds register of shipping (LRS). Electrical power is provided by 4 diesel driven generators each rated at 220KW. These generators provide the electrical power for the machinery and hotel services of the vessel. The existing generator sets have high running hours and are coming to the end of their working life.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000623723
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC402564
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
34 - Transport equipment and auxiliary products to transportation
-
- CPV Codes
31120000 - Generators
34311000 - Engines
Notice Value(s)
- Tender Value
- £1,070,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £783,389 £500K-£1M
Notice Dates
- Publication Date
- 16 Dec 20205 years ago
- Submission Deadline
- 17 Aug 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 26 Nov 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, June Cairns
- Contact Email
- christopher.curtis@calmac.co.uk, june.cairns@calmac.co.uk
- Contact Phone
- +44 1475650320, +44 1475650321
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
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- 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=JUL390330
Supply, Installation and Commissioning of Vessel Generator Sets and Main Propulsion Engines - SUPPLY, INSTALLTION & COMMISSIONING OF REPLACEMENT VESSEL GENERATOR SETS AND MAIN PROPULSION ENGINES FOR TWO VESSELS AND THE OPTION FOR A THIRD -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC402564
Supply, Installation and Commissioning of Vessel Generator Sets and Main Propulsion Engines - SUPPLY, INSTALLTION & COMMISSIONING OF REPLACEMENT VESSEL GENERATOR SETS AND MAIN PROPULSION ENGINES FOR TWO VESSELS AND THE OPTION FOR A THIRD
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-r6ebe6-0000623723-2020-12-16T00:00:00Z",
"date": "2020-12-16T00:00:00Z",
"ocid": "ocds-r6ebe6-0000623723",
"initiationType": "tender",
"parties": [
{
"id": "org-17",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP"
},
"contactPoint": {
"name": "June Cairns",
"email": "june.cairns@calmac.co.uk",
"telephone": "+44 1475650320",
"faxNumber": "+44 1475650330",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Operator",
"scheme": "COFOG"
},
{
"id": "Ferry Operator",
"scheme": "COFOG"
},
{
"id": "Ferry Operator - Transport",
"scheme": "COFOG"
}
],
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-18",
"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": "http://"
},
"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-185",
"name": "Royston Ltd",
"identifier": {
"legalName": "Royston Ltd"
},
"address": {
"streetAddress": "Royston Ltd, Unit 3 Walker Riverside, Wincomblee Road",
"locality": "Walker, Newcastle Upon Tyne",
"region": "UKC",
"postalCode": "NE6 3PF"
},
"contactPoint": {
"telephone": "+44 1912958000"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-28",
"name": "Sheriff Court House",
"identifier": {
"legalName": "Sheriff Court House"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"email": "edinburgh@scotcourts.gov.uk",
"telephone": "+44 1312252525",
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "CalMac Ferries Limited",
"id": "org-36"
},
"tender": {
"id": "ocds-r6ebe6-0000623723",
"title": "Supply, Installation and Commissioning of Vessel Generator Sets and Main Propulsion Engines",
"description": "SUPPLY, INSTALLTION & COMMISSIONING OF REPLACEMENT VESSEL GENERATOR SETS AND MAIN PROPULSION ENGINES FOR TWO VESSELS AND THE OPTION FOR A THIRD",
"status": "complete",
"items": [
{
"id": "2",
"additionalClassifications": [
{
"id": "34311000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "2"
},
{
"id": "1",
"additionalClassifications": [
{
"id": "31120000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 1070000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-08-17T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-08-17T12:00:00Z"
},
"documents": [
{
"id": "JUL390330",
"documentType": "contractNotice",
"title": "Supply, Installation and Commissioning of Vessel Generator Sets and Main Propulsion Engines",
"description": "SUPPLY, INSTALLTION & COMMISSIONING OF REPLACEMENT VESSEL GENERATOR SETS AND MAIN PROPULSION ENGINES FOR TWO VESSELS AND THE OPTION FOR A THIRD",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL390330",
"format": "text/html"
},
{
"id": "DEC402564",
"documentType": "awardNotice",
"title": "Supply, Installation and Commissioning of Vessel Generator Sets and Main Propulsion Engines",
"description": "SUPPLY, INSTALLTION & COMMISSIONING OF REPLACEMENT VESSEL GENERATOR SETS AND MAIN PROPULSION ENGINES FOR TWO VESSELS AND THE OPTION FOR A THIRD",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC402564",
"format": "text/html"
}
],
"lots": [
{
"id": "2",
"title": "SUPPLY INSTALLATION & COMMISSIONING OF TIER III MAIN PROPULSION ENGINES",
"description": "Calmac Ferries Limited (CFL) would like to award a contract to a vendor for the supply (including delivery, storage & preservation), commissioning and testing of the following: MV Loch Dunvegan - Two new IMO Tier III certified main engines to be purchased and stored in 2020 and installed during the 21/22 dry docking season. OPTIONAL - MV Loch Alainn - Two new 350 kW IMO Tier III certified main engines MV Loch Dunvegan Built at Fergusons shipbuilders Ltd, Port Glasgow in 1991. The Loch Dunvegan (IMO: 9006409) is a 73.8m Ro-Ro/Passenger ferry that currently serves various islands in the west coast of Scotland. The vessel is UK registered and the classification society is Lloyds register of shipping (LRS). Main propulsion is provided by two Volvo Penta TAM162 diesel main engines that are coupled to Voith Schneider propellers (VSP). The existing main engines have high running hours and are coming to the end of their working life. MV Loch Alainn (OPTION) Built at Buckie Shipbuilders Ltd in 1997. The Loch Alainn is a 41m Ro-Ro/Passenger ferry that currently serves various islands in the west coast of Scotland. The vessel is UK registered and the classification society is Lloyds register of shipping (LRS). Main propulsion is provided by two 600 kW Cummins KT38 diesel main engines that are coupled to Voith Schneider propellers (VSP) via a gearbox arrangement. The existing main engines have high running hours and are coming to the end of their working life. Recent studies have indicated that the vessel is over powered, subsequently the new replacement engines will be 350 kW.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"options": {
"description": "MV Loch Alainn - Two new 350 kW IMO Tier III certified main engines (OPTION) prices for this option to be included with initial tender response."
},
"hasOptions": true,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": false
},
{
"id": "1",
"title": "TIER III GENERATOR SETS FOR THE MV ISLE OF MULL",
"description": "MV Isle of Mull - Four new IMO Tier III certified generator sets to be purchased and stored in 2020 and installed during the 21/22 dry docking season. MV Isle of Mull Built at Fergusons shipbuilders Ltd, Port Glasgow in 1988. The Isle of Mull (IMO:8608339) is a 90.3m Ro-Ro/Passenger ferry that currently serves various islands in the west coast of Scotland. The vessel is UK registered and the classification society is Lloyds register of shipping (LRS). Electrical power is provided by 4 diesel driven generators each rated at 220KW. These generators provide the electrical power for the machinery and hotel services of the vessel. The existing generator sets have high running hours and are coming to the end of their working life.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": false
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2020-08-17T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"performanceTerms": "Bidders must pass the minimum standards sections of the ESPD(Scotland) Part 3 and sections B and D of Part 4 which will be scored on a Pass/Fail basis"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to these statements when completing Section 4B of the ESPD(Scotland) Satement 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 follws; net current assets divided by net current liabilities There must be no qualification or contra-indication from any evidence provided in support of the bidder's economic and financial standing. Statement for 4B 1.1 Bidders must provide their (\"general\") yearly turnover for the last 3 financial years. Statement for 4B 5.1-3 It is a requirement for this contract that bidders hold or can commit to obtaon 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 Professional Indemnity Insurance = 5 Million GBP"
},
{
"type": "technical",
"description": "Minimum level(s) of standards required: Statement for 4D.1 Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required Quality Assurance standards with BS EN 9001:2015 (or equivalent) or produce other means of proof concerning their quality assurance schemes. Bidders will also be required to produce certificates drawn up by independent bodies attesting that the bidder complies with health and safety standards in accordance with BS OHSAS 18001:2007 Health and Safety Management Systems or working towards ISO 45001:2018 Occupational Health and Safety Management Systems (or equivalent) or produce other means of proof concerning Health and Safety standards. Statement for 4D.2 Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the reqired environmental management systems or standards in accordance with BS EN ISO 14001:2015 (or equivalent) or produce other means of proof concerning required environmental management systems or standards."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "34311000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Award Criteria can be found in the ITT together with the weightings. Award scoring methodology will be as follows; 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 requirement 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. (SC Ref:639316)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000623723"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000623723"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "ocds-r6ebe6-0000623723-1",
"title": "TIER III GENERATOR SETS FOR THE MV ISLE OF MULL",
"suppliers": [
{
"id": "org-185",
"name": "Royston Ltd"
}
],
"relatedLots": [
"1"
]
},
{
"id": "ocds-r6ebe6-0000623723-2",
"title": "SUPPLY INSTALLATION & COMMISSIONING OF TIER III MAIN PROPULSION ENGINES",
"suppliers": [
{
"id": "org-185",
"name": "Royston Ltd"
}
],
"relatedLots": [
"2"
]
}
],
"contracts": [
{
"id": "ocds-r6ebe6-0000623723-1",
"awardID": "ocds-r6ebe6-0000623723-1",
"title": "TIER III GENERATOR SETS FOR THE MV ISLE OF MULL",
"status": "active",
"value": {
"amount": 412687,
"currency": "GBP"
},
"dateSigned": "2020-11-26T00:00:00Z"
},
{
"id": "ocds-r6ebe6-0000623723-2",
"awardID": "ocds-r6ebe6-0000623723-2",
"title": "SUPPLY INSTALLATION & COMMISSIONING OF TIER III MAIN PROPULSION ENGINES",
"status": "active",
"value": {
"amount": 370702,
"currency": "GBP"
},
"dateSigned": "2020-11-26T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2020/S 136-335831"
}
],
"bids": {
"statistics": [
{
"id": "413",
"measure": "bids",
"value": 4,
"relatedLot": "1"
},
{
"id": "414",
"measure": "smeBids",
"value": 3,
"relatedLot": "1"
},
{
"id": "415",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "416",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "417",
"measure": "electronicBids",
"value": 4,
"relatedLot": "1"
},
{
"id": "418",
"measure": "bids",
"value": 4,
"relatedLot": "2"
},
{
"id": "419",
"measure": "smeBids",
"value": 3,
"relatedLot": "2"
},
{
"id": "420",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "421",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "422",
"measure": "electronicBids",
"value": 4,
"relatedLot": "2"
}
]
}
}