Tender

Framework for the Supply and Servicing of Steel Wire Ropes

  • Calmac Ferries Ltd

F02: Contract notice

Notice identifier: 2024/S 000-007213

Procurement identifier (OCID): ocds-h6vhtk-044613

Published 6 March 2024, 2:49pm



Section one: Contracting authority

one.1) Name and addresses

Calmac Ferries Ltd

The Ferry Terminal

GOUROCK

PA19 1QP

Contact

Ruairidh Black

Email

ruairidh.black@calmac.co.uk

Telephone

+44 7974884681

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

Framework for the Supply and Servicing of Steel Wire Ropes

Reference number

FMBU23-040

two.1.2) Main CPV code

  • 44300000 - Cable, wire and related products

two.1.3) Type of contract

Supplies

two.1.4) Short description

CFL’s larger vessels contain mezzanine car-decks, the purpose of this Procurement exercise is to establish a Framework Agreement with at maximum of two suppliers for the supply, delivery, and servicing / adjusting of steel wire ropes for use on mezzanine car decks and ramps on ro-ro ferries; this Agreement excludes installation.

Tenderers must have experience in delivering the required goods and services onboard ro-ro ferries.

two.1.5) Estimated total value

Value excluding VAT: £150,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

CFL’s larger vessels contain mezzanine car-decks, the purpose of this Procurement exercise is to establish a Framework Agreement with at maximum of two suppliers for the supply, delivery, and servicing / adjusting of steel wire ropes for use on mezzanine car decks and ramps on ro-ro ferries; this Agreement excludes installation.

Tenderers must have experience in delivering the required goods and services onboard ro-ro ferries.

two.2.5) Award criteria

Quality criterion - Name: Quality / Technical / Weighting: 40

Price - Weighting: 60

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

After the initial 24 month Term there will be the option to extend by up to a further 24 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

All wires to be supplied with Type approval with 3.2 certification and ‘EN10204 – declaration of compliance 2.1 certificate.

Attending engineers must have working practical knowledge of mezzanine decks and mezzanine ramps in a maritime environment and be a competent person as defined in the LOLER Regulations.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below:

NB. Ratios shall be based upon the latest available published accounts

1- Return on Capital Employed: must be at a ratio greater than “0”

2- Acid Test (Current Ratio): Current Ratio must be greater than “1”

3- Gearing: Gearing must be a figure of less than 100%

4- Interest Coverage: Interest Coverage must be a figure of 2 or above

Bidders must provide their ("general") yearly turnover for the last 3 financial years.

Minimum level(s) of standards possibly required

Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of

insurance:

- Employers liability - statutory minimum 5m GBP, each and every claim.

- Public liability insurance including cover for loss/damage to third party property and third party injury with a minimum 5m GBP per

event with no annual aggregate. There must be no marine exclusions in the policy.

- Products liability with a minimum limit of 2m GBP with no annual aggregate. There must be no marine exclusions and a completed

operations extension.

The bidder should purchase any other insurance cover as necessary, taking into account the terms and conditions of this contract.

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

Date

8 April 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

8 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: The requirement will be re-tendered upon the expiry of available extension options available under this Agreement.

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26302. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:760188)

six.4) Procedures for review

six.4.1) Review body

Greenock Sherift Court

1 Nelson Street

Greenock

PA15 1TR

Country

United Kingdom