Contract

SUPPLY, INSTALLATION AND COMMISSIONING OF REPLACEMENT EMERGENCY DIESEL GENERATORS

  • CalMac Ferries Limited

F03: Contract award notice

Notice identifier: 2021/S 000-015397

Procurement identifier (OCID): ocds-h6vhtk-02c2cd

Published 5 July 2021, 3:45pm



Section one: Contracting authority

one.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

Email

june.cairns@calmac.co.uk

Telephone

+44 01475650230

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://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 Operator


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SUPPLY, INSTALLATION AND COMMISSIONING OF REPLACEMENT EMERGENCY DIESEL GENERATORS

Reference number

AM21-042

two.1.2) Main CPV code

  • 34311000 - Engines

two.1.3) Type of contract

Supplies

two.1.4) Short description

As part of the fleet continuing upgrade and improvement works, CFL requires the replacement of two vessels’ emergency generator sets, one per vessel.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31121100 - Generating sets with compression-ignition engines
  • 31121200 - Generating sets with spark-ignition engines
  • 34310000 - Engines and engine parts

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The successful bidder shall be responsible for all design, certification, installation, supply, and delivery of equipment and components to complete this project.

Full set of drawings as detailed within the attached VDRL

Generator sets should be both Electric & Hydraulic start

Supply of recommended spare parts and any special tooling for basic maintenance

two.2.5) Award criteria

Quality criterion - Name: Quality / 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


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: 2021/S 000-015193


Section five. Award of contract

Contract No

AM21-042

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

CFL’s general conditions of the procurement will be published in the ITT. In the meantime, economic operators should note that the conditions of the procurement include (but are not limited to) the following:

— The eligibility requirements in this contract notice will always apply to the procurement. Economic operators may be excluded from this competition if the economic operator no longer meets the selection criteria set out in the contract notice at any stage during the competition and/or there is a change in identity, control, financial standing, or other factor impacting on the selection process affecting the economic operator,

— 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 are set out in the ITT made available with this notice.

Award criteria scoring will be the following:

0 Unacceptable,25 Poor,50 Acceptable,75 Good,100 Excellent.

These ITT questions shall be grouped as either belonging to mandatory pass/fail type questions or questions which shall be scored and weighted.

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.

The buyer is using Public Contracts Scotland to conduct this ITT exercise. For more information see: http://www.publiccontractsscotland.gov.uk/

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk

(SC Ref:659631)

six.4) Procedures for review

six.4.1) Review body

Greenock Sheriff Court

Greenock

Telephone

+44 1475787073

Country

United Kingdom