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

A Contract Award Notice
by CALMAC FERRIES LTD

Source
OJEU
Type
Contract (Supply)
Duration
2 year (est.)
Value
___
Sector
INDUSTRIAL
Published
05 Mar 2021
Delivery
To 05 Mar 2023 (est.)
Deadline
n/a

Concepts

Location

CalMac Ports

Geochart for 2 buyers and 1 suppliers

2 buyers

1 supplier

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.

Total Quantity or Scope

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.

Award Detail

1 Unnamed (None)
  • Reference: itt 28716
  • CONTRACT NOT AWARDED – PROCUREMENT DISCONTINUED.

Award Criteria

Quality and technical 50.0
PRICE 50.0

CPV Codes

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

Indicators

  • Award on basis of price and quality.

Other 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. 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)

Reference

Domains