Section one: Contracting authority
one.1) Name and addresses
CalMac Ferries Limited
The Ferry Terminal
Gourock
PA19 1QP
Contact
Alison Ure
Telephone
+44 1475650243
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/
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
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
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
Telephone
+44 1475787073
Fax
+44 1475787073
Country
United Kingdom