Contract

Supply & Delivery of LNG and Temporary Bunkering Infrastructure to CalMac Ferries Ltd

  • CalMac Ferries Limited

F03: Contract award notice

Notice identifier: 2021/S 000-003989

Procurement identifier (OCID): ocds-h6vhtk-0296fd

Published 1 March 2021, 9:56am



Section one: Contracting authority

one.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

Contact

Mike Belton

Email

mike.belton@calmac.co.uk

Telephone

+44 1475650138

Country

United Kingdom

NUTS code

UKM - SCOTLAND

Internet address(es)

Main address

www.calmac.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Ferry transport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply & Delivery of LNG and Temporary Bunkering Infrastructure to CalMac Ferries Ltd

Reference number

ITT 28716

two.1.2) Main CPV code

  • 09120000 - Gaseous fuels

two.1.3) Type of contract

Supplies

two.1.4) Short description

CalMac Ferries Limited is seeking to enter a contractual agreement with a suitably qualified and experienced supplier for the supply and delivery of LNG and temporary Bunkering Solutions

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 09100000 - Fuels
  • 09120000 - Gaseous fuels
  • 39225000 - Lighters, articles of combustible materials, pyrotechnics, matches and liquid or liquefied gas fuels
  • 63721400 - Ship refuelling services

two.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
  • UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
Main site or place of performance

CalMac Ports

two.2.4) Description of the procurement

CalMac Ferries Limited is seeking to enter a contractual agreement with a suitably qualified and experienced supplier for the supply and delivery of LNG and temporary Bunkering Solutions (should they be required) at the ports of Troon, Uig and possibly Ardrossan (it is expected the temporary bunkering solution for Troon will be relocatable to Ardrossan upon the ferry service reverting back to Ardrossan while still requiring a temporary LNG bunkering solution). The provision of training and assistance to develop operational practices along with risk assessments and engagement with regulatory authorities will also be a requirement of this contract.

Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance:

* Employers liability - statutory minimum 5m GBP, each and every claim.

* Motor Insurance - 5m GBP

* Public liability insurance including cover for loss/damage to third party property and third party injury with a minimum limit of GBP10 million per event with no annual aggregate. There must be no marine exclusions in the policy.

* Products liability with a minimum limit of USD10 million. There must be no marine exclusions and a completed operations extension.

* Professional indemnity/Liability - minimum 5m GBP, each and every claim

The bidder should purchase any other insurance cover as necessary, taking into account the terms and conditions of this contract.

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.

Tenderers submissions in the Technical Envelope Section 2 – Questions 2.6 will be evaluated on a pass/fail basis. Where a supplier has been assessed to have failed a Pass/Fail question their tender submission shall be deemed non-compliant and excluded from that point forward within the ITT process.

Tenderers submissions in the Technical Envelope Section 2 – Questions 2.7, 2.8, 2.9, 2.10, 2.11 and 2.12 will be evaluated against the scoring system as detailed in the ITT.

“CFL’s conditions of the procurement will be published in the ITT.

The following sections have been deleted from qualification envelope: 4C; Manpower, Equipment, Subcontracting.

Financial requirements: 4B.1.1 Past 3 years yearly turnover. 4B.2.2 Past 3 years average yearly turnover.

CFL is subject to the requirements of the Freedom of Information (Scotland) Act 2002 and the Environmental Information (Scotland)

Regulations 2004. Accordingly, all information submitted to CFL may need to be disclosed and/or published by it in response to a request under FOISA or the EIRs; and

Economic Operators will remain responsible for all costs and expenses incurred by them in connection with this competition. CFL will not be liable to reimburse or compensate any costs incurred in connection with an Economic Operator’s participation in this competition, including any costs or other liability in respect of the cancellation of the process.”

The award criteria questions and weightings will be published in the ITT. Bidders will be expected to demonstrate their capability to provide both LNG and a temporary infrastructure solution.

two.2.5) Award criteria

Quality criterion - Name: Quality and Technical / Weighting: 50

Price - Weighting: 50

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The estimated value of 11,000,000.00 GBP covers the full 4 year term (including extensions) and the cost for providing the temporary infrastructure.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 011-020976


Section five. Award of contract

Contract No

ITT 28716

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section six. Complementary information

six.3) Additional information

Scoring:

Excellent – 100

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.

Good – 75

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.

Acceptable – 50

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.

Poor – 25

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.

Unacceptable – 0

Nil or inadequate response. Fails to demonstrate an ability to meet the requirement

(SC Ref:645793)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

George Street

Dunoon

PA23 8BQ

Country

United Kingdom