Section one: Contracting authority
one.1) Name and addresses
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
Contact
Stuart McMaster
Telephone
+44 01475650387
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.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
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
Provision and Supply of Fresh Meat Fruit and Vegetables
Reference number
CSCO22-531
two.1.2) Main CPV code
- 15000000 - Food, beverages, tobacco and related products
two.1.3) Type of contract
Supplies
two.1.4) Short description
CalMac Ferries Ltd has a requirement for a single supplier of all fresh meat, fruit, and vegetable products for the major vessels throughout the network to support provision of a strong retail offering for passengers and also to cover crew feeding and welfare needs. The successful Tenderer would be required to deliver ordered products to various port locations several times per week in line with vessel schedules to allow catering staff to fulfil all onboard needs.
two.1.5) Estimated total value
Value excluding VAT: £3,290,412
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 15100000 - Animal products, meat and meat products
- 03220000 - Vegetables, fruits and nuts
- 03200000 - Cereals, potatoes, vegetables, fruits and nuts
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UKD7 - Merseyside
- UKM6 - Highlands and Islands
- UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
- UKM64 - Na h-Eileanan Siar (Western Isles)
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
CalMac Ferries Ltd has a requirement for a single supplier of all fresh meat, fruit, and vegetable products for the major vessels throughout the network to support provision of a strong retail offering for passengers and also to cover crew feeding and welfare needs. The successful Tenderer would be required to deliver ordered products to various port locations several times per week in line with vessel schedules to allow catering staff to fulfil all onboard needs.
two.2.5) Award criteria
Quality criterion - Name: Quality/Technical / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Two 12 month extension options.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
This Procurement will be conducted through the use of the Competitive Procedure with Negotiation(CPN). All queries about this procurement must be made via the PCS-Tender messaging system.
The process to be applied will be:
- Statements including the specific requirements can be found within Section III.1.2 and III.1.3 of the Contract Notice.
- Economic Operator must pass the minimum standards sections of the SPD (Scotland).
Qualification Envelope: Part 3, Section A, B, C, D will be scored on a pass/fail basis and Part 4 Section C shall be weighted questions (Q1 to Q3 inclusive). If any question subject to ‘pass/fail’ scoring be scored ‘fail’ the entire submission may be set aside and take no further
part in the competition.
Technical Envelope: Part 4 Section C of the SPD (Scotland) will be scored in the following way:
0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
25 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.
50 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature.
75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
100 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
The responses to the questions of Section III.1.3 of the Contract Notice will be weighted the following way: Please see SPD (Scotland)
Question 4C Technical and Professional Ability.
CFL will take a minimum of three highest scoring bidders through and they will be invited to submit a tender.
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
two.2.14) 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.
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
Economic Operators will be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015 on the basis of information provided within the SPD (Scotland).
three.1.2) Economic and financial standing
List and brief description of selection criteria
Please refer to these statements when completing section 4B of the SPD (Scotland)
Statement for 4B - Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below:
Bidders must provide their ("general") yearly turnover for the last three financial years.
Bidders must provide their ("specific") yearly turnover for the last three financial years.
Please note that minimum required turnover per year should be 1.64 Million GBP.
Minimum level(s) of standards possibly required
Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance:
Professional Risk Indemnity: 5 Million GBP
Employer's (Compulsory) Liability: 5 Million GBP
Public Liability: 5 Million GBP
Product Liability: 5 Million GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
Technical or Professional Ability Part 4C.
CFL requires that Tenderers are able to demonstrate via previous examples that a range of goods and services have been provided in the past to other organisations with similar requirements.
Tenderers should note that evidence of meeting these criteria is expected in the response to each question.
The scored questions are as follows:
Q1 (30%) - Tenderers should demonstrate experience of using an online/EDI/web-based product ordering system including quick catalogue and pricing amendment features and paperless delivery note / invoice creation?
Q2 (30%) - Tenderers should demonstrate examples of servicing multiple locations throughout the West Coast of Scotland and being able to provide a next working day delivery service for chilled, short shelf life products?
Q3 (40%) - Tenderers should demonstrate examples of using locally sourced/Scottish produce where possible and show reactiveness to innovation/NPD briefs?
Minimum level(s) of standards possibly required
Qualification Envelope: Part 3, Section A, B, C, D will be scored on a pass/fail basis and Part 4 Section C will be scored in line with the weighting shown above for Q1 to Q3 inclusive. If any question subject to ‘pass/fail’ scoring be scored ‘fail’ the entire submission may be set aside and take no further part in the competition.
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 a single operator
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.2.1) Previous publication concerning this procedure
Notice number: 2019/S 172-419478
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 March 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 March 2023
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: 4 (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: January 2027
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
CFL's Conditions of Contract will be published with the ITT document.
Economic Operators should note that the conditions of the procurement include (but are not limited to) the following:
-The eligibility requirements in this Contract Notice will apply to the procurement at all times. Economic Operators may be excluded from
this competition if the Economic Operator no longer meets the selection criteria set out in the Contract Notice at any stage during the competition and/or there is a change in identity, control, financial standing or other factor impacting on the selection process affecting the Economic Operator;
-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. 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. Tenderers will be expected to demonstrate capability.
CFL reserves the right not to award a contract pursuant to this procurement and to cancel the procurement at any point without liability.
Tenderers should note that CFL intends to ask questions at the ITT stage, these questions form a small part within a broader question base.
These ITT questions shall be grouped as either belonging to mandatory Pass/Fail type questions or questions which shall be scored and
weighted.
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.
Questions in the ITT will be scored using the following methodology:
100- Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or
skills/capacity/capability relevant to providing similar services to similar clients.
50 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and
skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar
nature.
25 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.
0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
Award Criteria questions can be found in the ITT together with the weightings.
COMPETITIVE PROCEDURE WITH NEGOTIATION EXPLANATION -Competitive Procedure with Negotiation (CPN) this is a two-stage procedure run in a similar way to a Restricted procedure. This requires interested parties to complete a pre-qualification stage by submitting a Single Procurement Document (SPD) before being invited to submit a tender. This down selection process allows CFL to limit the number of parties receiving the full tender and moving forward to the negotiation phase(s).
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 23382. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:720364)
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