Section one: Contracting authority
one.1) Name and addresses
Calmac Ferries Ltd
The Ferry Terminal
Gourock
PA19 1QP
Contact
Ruairidh Black
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Port Services, Waste Management
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Waste Oil and Oily Bilge Water Collection
two.1.2) Main CPV code
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
two.1.3) Type of contract
Services
two.1.4) Short description
CalMac Ferries Ltd (CFL) is seeking to award a Framework Agreement split into 3 Lots for the collection of waste oil and oily bilge water to be reprocessed and / or treated.
two.1.5) Estimated total value
Value excluding VAT: £772,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
two.2) Description
two.2.1) Title
Waste Oil and Oily Bilge Water Collection - West Highlands
Lot No
3
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Sconser, Uig, Ullapool, Mallaig
two.2.4) Description of the procurement
Tenders are sought by CalMac Ferries Limited (CFL) from suitably qualified and experienced Suppliers for the provision of services for the collection and reprocessing of waste oil and oily bilge water mixtures produced through the operation of our vessels, locations of which are onboard vessels, shore storage tanks and IBCs.
two.2.5) Award criteria
Quality criterion - Name: Technical / 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
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in the regulation 58 of the Public Contracts (Scotland) Regulation 2015.
two.2) Description
two.2.1) Title
Waste Oil and Oily Bilge Water Collection - Firth of Clyde and Kintyre
Lot No
1
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Various sites throughout the Firth of Clyde and Kintyre
two.2.4) Description of the procurement
Tenders are sought by CalMac Ferries Limited (CFL) from suitably qualified and experienced Suppliers for the provision of services for the collection and reprocessing of waste oil and oily bilge water mixtures produced through the operation of our vessels, locations of which are onboard vessels, shore storage tanks and IBCs.
two.2.5) Award criteria
Quality criterion - Name: Technical / 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
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in the regulation 58 of the Public Contracts (Scotland) Regulation 2015.
two.2) Description
two.2.1) Title
Waste Oil and Oily Bilge Water Collection - Oban and Mull
Lot No
2
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Oban and Mull
two.2.4) Description of the procurement
Tenders are sought by CalMac Ferries Limited (CFL) from suitably qualified and experienced Suppliers for the provision of services for the collection and reprocessing of waste oil and oily bilge water mixtures produced through the operation of our vessels, locations of which are onboard vessels, shore storage tanks and IBCs.
two.2.5) Award criteria
Quality criterion - Name: Technical / 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
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in the regulation 58 of the Public Contracts (Scotland) Regulation 2015.
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 Tenderers have the required licences for this Procurement and should include as a minimum: Registration of Carriers Certificate; PPC Permit or Waste Management Licence/Exemption; Vehicle Operator Licence.
three.1.2) Economic and financial standing
List and brief description of selection criteria
The Bidder must provide its (general) yearly turnover for the last 3 financial years.
The Bidder must provide its (specific) yearly turnover in the business area(s) covered by the contract for the last 3 financial years.
It is a requirement of this contract that Bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below:-
Employer's (Compulsory) Liability Insurance = 5 million GBP;
Public Liability Insurance - 5 million GBP;
Product Liability Insurance - 5 million GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
It is a mandatory requirement that Tenderers have the required licences for this Procurement and should include as a minimum: Registration of Carriers Certificate; PPC Permit or Waste Management Licence/Exemption; Vehicle Operator Licence
Bidders will be require to provide examples that they have relevant experience to deliver the service as described in Part II.2.4 of this Contract Notice.
Bidders will be required to confirm and provide certification that they and/or the service provider have the relevant educations and professional qualification: Registration of Carriers Certificate; PPC Permit or Waste Management Licence/Exemption; Vehicle Operator Licence.
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.1.3) 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: 3
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
13 April 2023
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
17 April 2023
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: 6 calendar months prior to Agreement expiry
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
Award scoring methodology will be the following:
0 - Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
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.
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.
75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
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.
The Buyer is using PCS-Tender to conduct this ITT exercise under Project Code 23309.
Tenderers should note that the following questions have been deleted from the ESPD (Qualification Envelope):-
Part 4C: Works
Part 4C: Technicians and Technical Bodies
Part 4C: Qualifications
Part 4C Manpower
Part 4C Equipment
Part 4C Products
Part 4E: Global Question for all Selection Criteria
Part 5 Reduction of the number of qualified candidates
Part 2A: Official Lists and Certification
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23309.
For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23309. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
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 agreement.
(SC Ref:724839)
six.4) Procedures for review
six.4.1) Review body
Scottish Courts and Tribunals Services
Sheriff Court House
Greenock
PA15 1TR
Country
United Kingdom