web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Gourock: Supply and Delivery of LNG and Temporary Bunkering Infrastructure to CalMac Ferries Ltd

Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (2021/S 045-114350/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Not applicable

Contract award notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: CalMac Ferries Ltd
Postal address: Ferry Terminal
Town: Gourock
Postal code: PA19 1QP
Country: United Kingdom
Contact Person: Mike Belton
Telephone: +44 1475650138
Email: mike.belton@calmac.co.uk
Internet address(es):
Main address: www.calmac.co.uk
Address of the buyer profile:

The contract is awarded by central purchasing body
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity: Ferry transport

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply and Delivery of LNG and Temporary Bunkering Infrastructure to CalMac Ferries Ltd

Reference number: ITT 28716
II.1.2) Main CPV code: 09120000
II.1.3) Type of contract Supplies
II.1.4) Short Description: CalMac Ferries Ltd 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.
II.1.6) Information about lots:
The contract is divided into lots: no
II.1.7) Total value of the procurement(excluding VAT)

II.2) Description
II.2.2)Additional CPV code(s)
Main CPV code: 09100000
Main CPV code: 09120000
Main CPV code: 39225000
Main CPV code: 63721400

II.2.3) Place of performance
Nuts code: UKM93, UKM83, UKM63
Main site or place of performance:CalMac Ports.

II.2.4) Description of the procurement
CalMac Ferries Ltd 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 GBP 5 million, each and every claim.
— motor Insurance — GBP 5 million,
— public liability insurance including cover for loss/damage to third party property and third party injury with a minimum limit of GBP 10 million per event with no annual aggregate. There must be no marine exclusions in the policy,
— products liability with a minimum limit of USD 10 million. There must be no marine exclusions and a completed operations extension,
— professional indemnity/liability — minimum GBP 5 million, 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.

II.2.5)Award criteria

II.2.11) Information about options
Options no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information: The estimated value of GBP 11 000 000.00 covers the full 4 year term (including extensions) and the cost for providing the temporary infrastructure.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2020/S 011-020976
Section V: Award of contract
Contract No: ITT 28716
A contract/lot is awarded no
V.1) Information on non-award
The contract/lot is not awarded
Other reasons(discontinuation of procedure)

Section VI: Complementary information
VI.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)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Sheriff Court House
Postal address: George Street
Town: Dunoon
Postal code: PA23 8BQ
Country: United Kingdom

VI.5) Date of dispatch of this notice:
2021-03-01