Section one: Contracting authority
one.1) Name and addresses
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
Contact
June Cairns
Telephone
+44 01475650370
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
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