Tender

Structural Insulation Supply and Installation

  • Ferguson Marine (Port Glasgow) Ltd

F02: Contract notice

Notice identifier: 2021/S 000-004930

Procurement identifier (OCID): ocds-h6vhtk-029ab3

Published 11 March 2021, 11:48am



Section one: Contracting authority

one.1) Name and addresses

Ferguson Marine (Port Glasgow) Ltd

Newark Works, Castle Road

Port Glasgow

PA14 5NG

Contact

Tommy Traynor

Email

tommy.traynor@fergusonmarine.com

Telephone

+44 7471030412

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

National registration number

SC638457

Internet address(es)

Main address

www.fergusonmarine.com

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

Structural Insulation Supply and Installation

Reference number

FMPG/2021/001

two.1.2) Main CPV code

  • 44111500 - Insulators and insulating fittings

two.1.3) Type of contract

Supplies

two.1.4) Short description

This contract is for the supply and installation services to support the installation of structural insulation on board vessels 801 and 802. The contract will run until the vessels have been handed over to our client.

two.1.5) Estimated total value

Value excluding VAT: £250,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 44111520 - Thermal insulating material
  • 44112600 - Sound insulation
  • 45320000 - Insulation work
  • 45321000 - Thermal insulation work
  • 45323000 - Sound insulation work

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 contract is for the supply and installation services to support the installation of structural insulation on board vessels 801 and 802. The contract will include the purchase, installation and quality checks of all structural insulation required as per the design of the vessels. The contract will be awarded to a single supplier who shall carry out all aspects of the required scope of works in line with the contract. The contract will run until the vessels have been handed over to our client.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

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 500k GBP for each of their last three financial years. See question 4B2a of the SPD.

Bidders must demonstrate a Current Ratio of 1.0 or greater for the last three financial years. See question 4B6 of the SPD.

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.

In the event that the bidder does not meet the financial criteria for considerations but has a parent company that does, the tenderer may still be eligible for consideration where the Tender Submission is supported by a Parent Company Guarantee. Bidders must provide a separate SPD response from entities upon whose capability / capacity they rely on in order to meet any selection criteria including 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 commencement of any subsequently awarded Contract, the types and levels of insurance indicated below:

Professional Indemnity Insurance = 1 Million GBP. See question 4B5a of the SPD.

Employers Liability Insurance in accordance with any legal obligation before in force. See question 4B5b of the SPD.

Public Liability Insurance = 1 Million GBP. See question 4B5c of the SPD.

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

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

16 April 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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

16 April 2021

Local time

4:30pm


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

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, and 1.9 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=645468.

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:645468)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=645468

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

Email

greenock@scotcourts.gov.uk

Telephone

+44 1475787073

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/greenock-sheriff-court-and-justice-of-the-peace-court