Tender

Framework for the Supply and Servicing of Steel Wire Ropes

  • Calmac Ferries Ltd

F02: Contract notice

Notice identifier: 2024/S 000-007556

Procurement identifier (OCID): ocds-h6vhtk-0446f0

Published 8 March 2024, 3:06pm



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/

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

two.1.2) Main CPV code

  • 71300000 - Engineering services

two.1.3) Type of contract

Services

two.1.4) Short description

CalMac's larger vessels contain mezzanine car-decks, the purpose of this Procurement exercise is to establish a 2 Lot Framework Agreement with 1 supplier per Lot. Lot 1 will be for the supply and delivery of steel wire ropes. Lot 2 will be for the servicing and adjustment of steel wire ropes once installed on mezzanine decks and ramps. This Agreement excludes the installation of steel wire ropes.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Supply of Steele Wire Ropes

Lot No

1

two.2.2) Additional CPV code(s)

  • 44300000 - Cable, wire and related products

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

This Lot is for the supply of steel wire ropes for use onboard ro-ro ferry mezzanine car decks. The successful supplier must have experience in delivering these goods to ro-ro ferry clients.

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

48

This contract is subject to renewal

Yes

Description of renewals

After the initial 24 months 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.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Servicing / Adjustment of Mezzanine Deck and Ramp Steel Wire Ropes

Lot No

2

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services
  • 44300000 - Cable, wire and related products

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

This Lot is for the adjustment of steel wire ropes onboard ro-ro ferry mezzanine car decks. The successful supplier must have experience in delivering this service to ro-ro ferry clients.

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

48

This contract is subject to renewal

Yes

Description of renewals

After the initial 24 months 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

Product requirement:

All wires must be supplied with Type approval with 3.2 certification and 'EN10204 - declaration of compliance 2.1 certificate.

Service requirement:

Attending technicians 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

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.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 31 May 2024

four.2.7) Conditions for opening of tenders

Date

15 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: Upon completion of this Agreement the requirement will be re-tendered, estimated to take place in 48 months from date of award.

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 PQQ exercise. The Project code is 6372 . For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:760544)

six.4) Procedures for review

six.4.1) Review body

Greenock Sherift Court

1 Nelson Street

Greenock

PA15 1TR

Country

United Kingdom