Section one: Contracting authority
one.1) Name and addresses
Calmac Ferries Ltd
The Ferry Terminal
GOUROCK
PA19 1QP
Contact
Ruairidh Black
Telephone
+44 7974884681
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
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