Section one: Contracting authority
one.1) Name and addresses
Caledonian Maritime Assets Ltd (Utility)
Municipal Buildings, Fore Street
Port Glasgow
PA14 5EQ
Telephone
+44 1475749920
Fax
+44 1475745109
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12082
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Maritime Transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Concept Design of Small Ro-Pax Vessels
Reference number
CMAL0255
two.1.2) Main CPV code
- 79415200 - Design consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
CMAL requires a design consultancy to assist with the in-depth evaluation and feasibility studies and the in-depth concept design for these new vessels. This will include developing general arrangement drawings and associated specifications that would allow shipyards to tender for the detailed design and build of the vessel on a fixed price basis whilst eliminating design, construction and operating risks for CMAL or the vessels’ charterers
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34512100 - Ferry boats
two.2.3) Place of performance
NUTS codes
- UKM - SCOTLAND
two.2.4) Description of the procurement
CMAL requires a design consultancy to assist with the in-depth evaluation and feasibility studies and the in-depth concept design for these new vessels. This will include developing general arrangement drawings and associated specifications that would allow shipyards to tender for the detailed design and build of the vessel on a fixed price basis whilst eliminating design, construction and operating risks for CMAL or the vessels’ charterers.
two.2.5) Award criteria
Quality criterion - Name: Project Management / Weighting: 6.5
Quality criterion - Name: Skills & Resources / Weighting: 35.75
Quality criterion - Name: Service Delivery / Weighting: 22.75
Price - Weighting: 35
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
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.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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.2.2) Time limit for receipt of tenders or requests to participate
Date
12 February 2021
Local time
12:00pm
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 February 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17747. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:640603)
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court
1 Nelson Street
Greenock
PA15 1TR
Telephone
+44 1475787073
Country
United Kingdom