Contract

Circuit Breakers

  • CalMac Ferries Limited

F03: Contract award notice

Notice identifier: 2021/S 000-017151

Procurement identifier (OCID): ocds-h6vhtk-02ac73

Published 21 July 2021, 9:15am



Section one: Contracting authority

one.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

Email

steven.mcewan@calmac.co.uk

Telephone

+44 1475650252

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

Circuit Breakers

Reference number

AM21-016

two.1.2) Main CPV code

  • 31220000 - Electrical circuit components

two.1.3) Type of contract

Supplies

two.1.4) Short description

Framework Agreement for the design, supply of hardware, installation, testing, and commissioning for the upgrade/replacement of circuit breakers on the following vessels.

MV Argyle

MV Bute

MV Caledonian Isles (Includes review of FRC Davit Requirements)

MV Clansman

MV Hebrides (FRC Davits scope only- Complete 2021 scope – Existing PO) – Outside scope of this tender

MV Lord of the Isles

MV Isle of Mull (Review FRC Davit Requirements only)

MV Isle of Lewis (Review FRC Davit Requirements only)

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,200,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 31220000 - Electrical circuit components
  • 31600000 - Electrical equipment and apparatus
  • 31610000 - Electrical equipment for engines and vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

a Framework Agreement for the design, supply of hardware, installation, testing and commissioning for the upgrade/replacement of circuit breakers on the following vessels.

While there is still some outstanding works to be completed on the existing Framework by the current Framework contractor during the coming year, it is CalMac Ferries intention to award a new Framework to cover new works over the coming three years with an option to extend for a further year.

The intention is to carry out further circuit breaker upgrade replacement programme on the following vessels during the coming docking season 2122 with a view to continuing further works when budgets are approved over the coming years on the listed other vessels: -

Proposed 2122 Vessels: -

MV Argyle

MV Bute

MV Caledonian Isles (Includes review of FRC Davit Requirements)

MV Clansman

MV Hebrides (FRC Davits scope only- Complete 2021 scope – Existing PO) – Outside scope of this tender

MV Lord of the Isles

MV Isle of Mull (Review FRC Davit Requirements only)

MV Isle of Lewis (Review FRC Davit Requirements only)

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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 000-009474


Section five. Award of contract

Contract No

AM21-016

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 July 2021

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

MJR Power & Automation Ltd

88 Willows Court, Teesside Industrial Estate

Thornaby

TS17 9PP

Telephone

+44 7585301213

Country

United Kingdom

NUTS code
  • UKC11 - Hartlepool and Stockton-on-Tees
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £1,200,000

Total value of the contract/lot: £1,200,000


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. B

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.

If a supplier fails to achieve a score of 50 out of 100 for all areas of technical and quality, CFL reserves the right to disregard the tender submission as failing to achieve a suitable minimum standard as detailed in the ITT.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 16920. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:661176)

six.4) Procedures for review

six.4.1) Review body

Greenock Sheriff Court

1 Nelson Street

Greenock

PA15 1TR

Country

United Kingdom