Tender

Cleaning Services at Oban

  • CalMac Ferries Limited

F02: Contract notice

Notice identifier: 2024/S 000-006977

Procurement identifier (OCID): ocds-h6vhtk-04457b

Published 5 March 2024, 11:11am



Section one: Contracting authority

one.1) Name and addresses

CalMac Ferries Limited

The Ferry Terminal

Gourock

PA19 1QP

Contact

Alison Ure

Email

alison.ure@calmac.co.uk

Telephone

+44 1475650243

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

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

Cleaning Services at Oban

Reference number

CSHS23-126

two.1.2) Main CPV code

  • 90910000 - Cleaning services

two.1.3) Type of contract

Services

two.1.4) Short description

Cleaning Service for Oban Ferry Terminal and MV Loch Frisa, PA34 4DB.

two.1.5) Estimated total value

Value excluding VAT: £380,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services
  • 90911300 - Window-cleaning services

two.2.3) Place of performance

NUTS codes
  • UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
Main site or place of performance

Oban Ferry Terminal & MV Loch Frisa, Oban, PA34 4DB

two.2.4) Description of the procurement

CalMac Ferries Ltd (CFL), a subsidiary of David MacBrayne Limited, is seeking to enter a contractual agreement with a suitably experienced Contractor for the provision of office and vessel cleaning services.

- Oban Ferry Terminal PA34 4DB – Office Areas, Waiting Room & Window Cleaning.

- MV Loch Frisa, Oban PA34 4DB.

Each location has its own unique set of requirements and these are detailed within each of the specifications provided in the attachment area.

This will be awarded to a single contractor.

two.2.5) Award criteria

Quality criterion - Name: Technical & Quality / 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

Optional Extension of 2 x 12 months.

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

It is a mandatory requirement that the successful Tenderer will be Real Living Wage accredited.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards in accordance with BS EN ISO 9001:2015 (or equivalent) or produce other means of proof concerning the quality assurance schemes.

Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required health and safety standards in accordance with BS OHSAS 18001:2007 Health & Safety Management Systems or working towards ISO 45001:2018 Occupational Health & Safety Management System (or equivalent) or produce other means of proof concerning the health and safety standards.

Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards in accordance with BS EN ISO 14001:2015 (or equivalent) or produce other means of proof concerning required environmental management systems or standards.


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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 005-006868

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

Date

4 April 2024

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

four.2.7) Conditions for opening of tenders

Date

4 April 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Either 24 months or 48 months from commencement of Contract.

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

Please note the following have been removed from SPD:

Pt 2A Lots

Pt 2A Official List and Certification

Pt 4A Professional & Trade Register

Pt 4E Global Questions

Bidders should be able to provide insurances:

Professional Risk Indemnity: 5,000,000 GBP

Employer's (Compulsory) Liability: 5,000,000 GBP

Public Liability: 5,000,000 GBP

You may wish to advise your insurance company that employees will be in a marine environment.

Bidders will be scored on the following:

Understanding the Requirement 10%; Ensuring Quality 15%; Implementation Plan 10%; Contract Management 10%; Risk 10%; Business Continuity 15%; Previous Similar Experience 10%; Training 5%; Community Benefits 5%; Fair Work Practices 5%; Climate Change 5%.

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.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26120. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:758403)

six.4) Procedures for review

six.4.1) Review body

Greenock Sherriff Court

1 Nelson Street

Greenock

PA15 1TR

Email

greenock@scotcourts.gov.uk

Telephone

+44 1475787073

Fax

+44 1475787073

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Greenock Sherriff Court

1 Nelson Street

Greenock

PA15 1TR

Email

greenock@scotcourts.gov.uk

Telephone

+44 1475787073

Fax

+44 1475787073

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Greenock Sherriff Court

1 Nelson Street

Greenock

PA15 1TR

Email

greenock@scotcourts.gov.uk

Telephone

+44 1475787073

Fax

+44 1475787073

Country

United Kingdom