Tender

EXAMINATION, TESTING & CERTIFICATION OF LIFTING EQUIPMENT AND ASSOCIATED LIFTING ACCESSORIES FOR ALL VESSELS

  • CalMac Ferries Limited

F02: Contract notice

Notice identifier: 2022/S 000-006492

Procurement identifier (OCID): ocds-h6vhtk-02d257

Published 9 March 2022, 4:12pm



Section one: Contracting authority

one.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

Contact

June Cairns

Email

june.cairns@calmac.co.uk

Telephone

+44 01475650370

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.calmac.co.uk

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

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

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

www.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

EXAMINATION, TESTING & CERTIFICATION OF LIFTING EQUIPMENT AND ASSOCIATED LIFTING ACCESSORIES FOR ALL VESSELS

Reference number

AM21-088

two.1.2) Main CPV code

  • 50241200 - Ferry repair services

two.1.3) Type of contract

Services

two.1.4) Short description

CalMac Ferries Ltd requires an external supplier(s) to ensure that all Onboard Lifting Equipment, and Associated Lifting

Accessories are and remain compliant with both legal and contractual requirements.

CFL must ensure that all lifting equipment used onboard the vessels and all associated lifting accessories are fit for purpose.

This will be achieved by conducting mandatory six-monthly, annual, or five-yearly testing as required for the type of equipment.

two.1.5) Estimated total value

Value excluding VAT: £316,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1,Lot 2

two.2) Description

two.2.1) Title

Small & Intermediate Vessels Lifting Equipment & Associated Lifting Accessories

Lot No

1

two.2.2) Additional CPV code(s)

  • 42400000 - Lifting and handling equipment and parts
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
  • 71630000 - Technical inspection and testing services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

CalMac Ferries Ltd requires a supplier to ensure that all Onboard Lifting Equipment and Associated Lifting Accessories are and remain

compliant with both legal and contractual requirements.

CFL must ensure that all lifting equipment used onboard the vessels and all associated lifting accessories are assessed as safe for use and fit

for purpose at all times. This will be achieved by conducting mandatory six-monthly, annual, or five-yearly testing as required for the type

of equipment.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £140,000

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

Possible extension of a further 2 x 12 month periods subject to satisfactory performance and need.

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) Description

two.2.1) Title

Major Vessels Lifting Equipment & Associated Lifting Accessories

Lot No

2

two.2.2) Additional CPV code(s)

  • 42400000 - Lifting and handling equipment and parts
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
  • 71630000 - Technical inspection and testing services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

CalMac Ferries Ltd requires a supplier to ensure that all Onboard Lifting Equipment and Associated Lifting Accessories are and remain

compliant with both legal and contractual requirements.

CFL must ensure that all lifting equipment used onboard the vessels and all associated lifting accessories are assessed as safe for use and fit

for purpose at all times. This will be achieved by conducting mandatory six-monthly, annual, or five-yearly testing as required for the type

of equipment.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £176,000

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

Possible extension of a further 2 x 12 month periods subject to satisfactory performance and need

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

As stated in the SPD (Scotland)

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

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.1.3) 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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-022423

four.2.2) Time limit for receipt of tenders or requests to participate

Date

14 April 2022

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

14 April 2022

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 payment will be used

six.3) Additional information

CalMac Ferries Limited reserves the right not to conclude any framework(s) for this Procurement.

The estimated value of the initial framework term (24 months) is 158,000GBP. This is the estimated value for both Lots. The estimated value

of each Lot for the initial 24 months is as follows;

Lot 1 70,000 GBP

Lot 2 88,000 GBP

Estimated value of the 2 x 12 month optional extensions is 158,000 GBP for both Lots.

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 a

thorough understanding of the requirement, and provides details of how the requirement will be met in full.

75 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details

on how the requirement will be fulfilled.

50 - Acceptable -Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack

details on how the requirement will be fulfilled in certain areas.

25 - Poor - Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains

insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

0 - Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

Award Criteria can be found in the Tender Document along with appropriate weightings

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20177. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

A summary of the expected community benefits has been provided as follows:

Tenderers are required to present a community benefit proposal with their tender detailing how, if they should be successful in winning the

contract, they will address the following Community Benefit themes:

" targeted recruitment and training for “disadvantaged” persons unemployed for over 6 months;

" work placement opportunities for 14- 16-year olds;

" graduate placements.

If successful, the winning tenderer(s) will discuss the content of their Community Benefit proposal and agree a plan for the delivery of the

agreed community benefits which will become a condition of the Contract

(SC Ref:681016)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

1 Nelson Street

Greenock

PA15 1TR

Telephone

+44 1475787073

Country

United Kingdom