Section one: Contracting authority
one.1) Name and addresses
CalMac Ferries Limited
CalMac Ferries Limited, Ferry Terminal
Gourock
PA19 1QP
Contact
Claire Galloway
Telephone
+44 01475650230
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
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
Marine Cleaning Chemicals
Reference number
AMBU22_022
two.1.2) Main CPV code
- 39830000 - Cleaning products
two.1.3) Type of contract
Supplies
two.1.4) Short description
CalMac Ferries Ltd are looking to set up a framework for the provision of Marine Cleaning Chemicals.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Marine Cleaning Chemicals (alternative products)
Lot No
2
two.2.2) Additional CPV code(s)
- 34930000 - Marine equipment
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
CalMac Ferries Limited (CFL) is one of the largest transport operators in Scotland, operating 35 ferries and 53 ports, harbours and slipways on behalf of the Scottish Government under the Clyde and Hebrides Ferry Services (CHFS) contract.
CFL is seeking to set up a framework agreement for the provision of Marine Cleaning Chemicals for a period of 24 months with the option to extend for up to a further 24 months. Lot 2 will allow the introduction of new and alternative Marine Cleaning Chemicals to those which are currently in use on our Network. Testing and trials will be required before any use.
CFL will contract with the most economically advantageous bidder, and the resultant contract will be available for novation to any subsequent operator of the CHFS contract.
It is intended that the contract could be applied for the benefit of CFL’s parent company, David MacBrayne Limited (DML), DML subsidiaries or any other entities formed by DML.
The Contract appointing CFL’s chosen supplier is provided as part of the procurement (ITT Stage), allowing bidders to develop their fully costed proposals by reference to a pre-existing set of contractual terms. A copy of the Contract is to be provided in the supplier attachment area within the PCS Tender portal once the ITT is published.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 35%
Price - Weighting: 65%
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
The contract for this service will be let for an initial 24 months duration, followed by extensions of up to 24 months, at CFL's option. In advance of any renewal, CFL may elect not to renew, at its sole discretion, at 60 days’ notice.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
This Procurement will be conducted through the use of the Restricted Procedure. 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.
-Bidders 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. 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 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)
We will take the top five highest scoring bidders through to the next stage 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. CFL reserves the right to award additional services in accordance with regulation 33(8) of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Marine Cleaning Chemicals
Lot No
1
two.2.2) Additional CPV code(s)
- 39830000 - Cleaning products
- 90917000 - Cleaning services of transport equipment
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
CalMac Ferries Limited (CFL) is one of the largest transport operators in Scotland, operating 35 ferries and 53 ports, harbours and slipways on behalf of the Scottish Government under the Clyde and Hebrides Ferry Services (CHFS) contract.
CFL is seeking to set up a framework agreement for the provision of Marine Cleaning Chemicals for a period of 24 months with the option to extend for up to a further 24 months. Lot 1 will include Marine Cleaning Chemicals which have been tested and are currently in use on our Network.
CFL will contract with the most economically advantageous bidder, and the resultant contract will be available for novation to any subsequent operator of the CHFS contract.
It is intended that the contract could be applied for the benefit of CFL’s parent company, David MacBrayne Limited (DML), DML subsidiaries or any other entities formed by DML.
The Contract appointing CFL’s chosen supplier is provided as part of the procurement (ITT Stage), allowing bidders to develop their fully costed proposals by reference to a pre-existing set of contractual terms. A copy of the Contract is to be provided in the supplier attachment area within the PCS Tender portal once the ITT is published.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 35%
Price - Weighting: 65%
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
The contract for this service will be let for an initial 24 months duration, followed by extensions of up to 24 months, at CFL's option. In advance of any renewal, CFL may elect not to renew, at its sole discretion, at 60 days’ notice.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
This Procurement will be conducted through the use of the Restricted Procedure. 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.
-Bidders 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. 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 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)
We will take the top five highest scoring bidders through to the next stage 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. CFL reserves the right to award additional services in accordance with regulation 33(8) 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 Single Procurement Document(SPD).
three.1.2) Economic and financial standing
List and brief description of selection criteria
In response to Question Ref. 4B.5.1a 4B.5.1b and 4B.5.2 Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance:
Employer’s Liability Insurance = GBP 5 Million
Public Liability Insurance = GBP 5 Million
Professional Indemnity Insurance = GBP 1 Million
The bidder should purchase any other insurance cover as necessary, taking into account the terms and conditions of this contract.
Minimum level(s) of standards possibly required
In responding to Question Ref. 4B.5.1a 4B.5.1b and 4B.5.2 of the SPD, where a bidder ticks the box “No, and I cannot commit to obtain it” the submission shall be marked as FAIL. Economic operators which alter their composition after making a submission will be the subject of re-evaluation. 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.
three.1.3) Technical and professional ability
List and brief description of selection criteria
This SPD is designed to allow CFL to review evidence of prior experience of similar supply contract.
The scored questions are as follows:
1) Please provide relevant examples of undertaking the provision of, and delivery of, the goods as detailed in Section II.2.4 of the Contract Notice. A minimum of 3 examples are required (70%). Your response should include, but not be limited to, a demonstration of the following;
- Successful delivery of a range of products across diverse networks at differing locations
-Details should include examples of successfully providing the goods and services in a timely manner and the process for ensuring delivery times are met.
-The response should also include client details with contact information.
- Provide details of any remote locations or places with access issues where you currently or previously provided goods and how they are transited in a safe manner.
2) Please provide details of how you have previously managed Health & Safety and ensured all relevant regulations are followed. Your response should include details of training provided and the actions you would take when breaches occur (10%).
3) Please provide details of how you have previously on-boarded new customers, this should demonstrate how you aligned with their specific needs and requirements (10%).
4) Please provide details of how you have previously handled shortages of products and extended lead times (10%).
Evaluation Methodology
Respondents shall note that scored questions will be evaluated independently by a panel of subject matter experts referred to as Evaluators. The scores provided by these Evaluators will be subject to a Moderation process to ensure consistency of scoring. Evaluators shall score each response in line with the scoring criteria provided. Each question is weighted, and this shows its importance to CalMac.
Only information presented in response to these questions shall be scored. Any information previously provided to CalMac Ferries or gained by CalMac Ferries during any pre-market engagement shall be disregarded and will not be considered when scoring these questions.
Please note CalMac requires your response to these questions to be clear and comprehensive.
Technical Envelope 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.
Minimum level(s) of standards possibly required
Qualification Envelope: Part 3, Section A, B, C, D will be scored on a pass/fail basis. 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.
The five highest scoring tenderers who are nominated to progress to the Invitation to Tender stage (ITT).
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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: 2
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
24 March 2023
Local time
2:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
27 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: 3 (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: CFL wish to set up a framework for 24 months with the potential to extend for up to 24 months. The requirement will be reviewed near the end of this period.
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 general conditions of the procurement will be published in the ITT. In the meantime 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 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.
Award criteria scoring will be the following:
0 Unacceptable; 25 Poor; 50 Acceptable; 75 Good; 100 Excellent. Full definitions of the scoring are provided in the ITT.
The buyer reserves the right to fully validate a Tender response following the first submission of Tenders and before Contract award.
The buyer is using PCS-Tender to conduct this SPD exercise. The Project code is 23519
PQQ code is 5140.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 23519. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:722870)
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court
1 Nelson St
Greenock
PA15 1TR
Telephone
+44 1475787073
Country
United Kingdom