Section one: Contracting authority
one.1) Name and addresses
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
Contact
Ruairidh M. Black
Telephone
+44 7974884681
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://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
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
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
Framework Agreement - Courier Services for Oversized and Specialist Shipments
two.1.2) Main CPV code
- 64121000 - Multi-modal courier services
two.1.3) Type of contract
Services
two.1.4) Short description
CalMac Ferries Ltd (CFL) is looking to appoint a minimum of one supplier(s) to undertake all oversized and specialist courier services within the UK.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 64121000 - Multi-modal courier services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The supplier(s) must provide a guaranteed end-to-end freight forwarding service for all CalMac oversized and specialist domestic shipments. This must include status updates for orders in transit and explanations and/or mitigations for any unavoidable delays. The successful supplier(s) must provide a range of different transport options along with timed delivery options.
The successful supplier(s) must have capacity to handle oversized and specialist freight, their transport vehicles must be equipped with suitable cranage equipment or additional cranage must provided by the supplier due to operating ports being unequipped to unload goods. The supplier must also have the ability to tow equipment.
Examples of items (but not limited to):
- 20-foot container
- Large spare parts / pallets of spares
- Engines
- Hydraulic cylinders
- Voith propulsion unit (7 tonnes)
- Schottel propulsion unit (7 tonnes)
- Rescue/lifeboats.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Upon completion of the initial 24 months, the authority may extend by up to an additional 24 months.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
The relevant selection criteria can be found in the SPD module of this Procurement Exercise on the Public Contracts Scotland - Tender portal.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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: 2
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
17 February 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
28 February 2025
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: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: This requirement will be re-tendered 6 months prior to the expiry of this Agreement.
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 PQQ exercise. The Project code is 28189. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:787558)
six.4) Procedures for review
six.4.1) Review body
Greenock Sherift Court
1 Nelson Street
Greenock
PA15 1TR
Country
United Kingdom