Section one: Contracting authority
one.1) Name and addresses
Ferguson Marine (Port Glasgow) Ltd
Newark Works, Castle Road
Port Glasgow
PA14 5NG
tommy.traynor@fergusonmarine.com
Telephone
+44 1475742300
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
National registration number
SC638457
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30427
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Shipbuilding
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Pipe Installation Framework
Reference number
FMPG/2020/013
two.1.2) Main CPV code
- 51000000 - Installation services (except software)
two.1.3) Type of contract
Services
two.1.4) Short description
This Framework Agreement is for the supply of installation services to support the installation of pipe spools on board vessels. The Framework Agreement will be for a maximum period of 48 months.
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45231112 - Installation of pipe system
- 44160000 - Pipeline, piping, pipes, casing, tubing and related items
- 44161000 - Pipelines
- 44162000 - Piping
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Ferguson Marine (Port Glasgow) Ltd
two.2.4) Description of the procurement
This Framework Agreement is for the supply of installation services to support the installation of pipe spools on board vessels. The Framework Agreement will be for a maximum period of 48 months.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders must demonstrate a turnover of 750,000 GBP for each of the last three financial years. See question 4B2a of the ESPD.
Bidders must demonstrate a Current Ratio of 1.0 or greater for the last three financial years. See question 4B6 of the ESPD.
The Current Ratio will be calculated as follows: net current assets divided by net current liabilities.
There must be no qualifications of contra-indication from any evidence provided in support of the bidders economic and financial standing.
Minimum level(s) of standards possibly required
It is a requirement of this Contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance below:
Professional Indemnity Insurance = 1 Million GBP. See question 4B5a of the ESPD.
Employers Liability Insurance in accordance with any legal obligation before in force. See question 4B5b of the ESPD.
Public Liability Insurance = 1 Million GBP. See question 4B5c of the ESPD.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Working in shipyard and on board vessels as required.
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
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.2.2) Time limit for receipt of tenders or requests to participate
Date
5 February 2021
Local time
4:30pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 1 June 2021
four.2.7) Conditions for opening of tenders
Date
5 February 2021
Local time
4:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Within 3-6 months before the end of this Framework.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public
Contracts (Scotland) Regulations 2015.
Award Criteria questions can be found in the ITT together with the weightings.
Technical Envelope - Tenderers who provide a ‘NO’ answer to questions 1.1 or 1.2 or fail to achieve a moderated average score of ‘2’ or
more against questions 1.3, 1.4, 1.5, 1.6, 1.7, 1.8, 1.9 and 1.10 will result in their tender not being considered further and will not be included in the Price/Quality ratio calculation.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=639537.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
The Contractor will be required, where practical, to:
- Consider relevant opportunities for community benefits;
- Consider opportunities for the involvement of SMEs and/or third sector organisations in delivery of this Framework;
- Provide assurance regarding workforce matters.
This may include schemes such as:
- Providing training opportunities and support to achieve qualifications;
- Supporting local communities e.g. sponsorship of local clubs etc.;
- Using social enterprises to support delivery of services.
(SC Ref:639537)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=639537
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court and Justice of the Peace Court
Sheriff Court House, 1 Nelson Street
Greenock
PA15 1TR
Telephone
+44 1475787073
Country
United Kingdom