Section one: Contracting authority
one.1) Name and addresses
CalMac Ferries Limited
CalMac Ferries Limited, Ferry Terminal
Gourock
PA19 1QP
Contact
Claire Galloway
Telephone
+44 01475650230
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
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
Supply and Delivery of Synthetic Mooring Ropes and Winch Mooring Lines
Reference number
AMBU22_010
two.1.2) Main CPV code
- 34930000 - Marine equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Framework Agreement is for the supply and delivery of synthetic mooring ropes and winch mooring lines to cover ports and vessels.
Principally we require two main products over the range of vessels as follows:
1. Mooring Lines – General mooring for both hand and winch end drum warping. Range of sizes - 36mm to 80mm
2. Winch Mooring Lines – For use on fixed rope drums on powered winches. Range of sizes – 28mm
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34930000 - Marine equipment
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
CalMac Ferries Limited (CFL) operates a fleet of 35 vessels, providing lifeline ferry services to the communities off Scotland’s west coast – from the Isle of Lewis in the north to the Isle of Arran in the south. Ferries sail to over 26 different destinations operating from 52 ports and slipways, some of which are in remote locations.
CFL wish to set up a Framework Agreement for the supply and delivery of synthetic mooring ropes and winch mooring lines to cover ports and vessels.
Principally we require two main products over the range of vessels as follows:
1. Mooring Lines – General mooring for both hand and winch end drum warping. Range of sizes - 36mm to 80mm
2. Winch Mooring Lines – For use on fixed rope drums on powered winches. Range of sizes – 28mm
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
Up to 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
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
Economic Operators will be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015 on the basis of information provided within the tender submission.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Economic Operators must confirm they already have or can commit to obtain,
prior to the commencement the following levels of insurance:
Employer’s Liability Insurance = GBP 5 Million
Public Liability Insurance = GBP 5 Million
Professional Indemnity Insurance = GBP 1 Million
The bidder should purchase any other insurance cover as necessary, taking into account the terms and conditions of this contract.
Minimum level(s) of standards possibly required
If a bidder ticks the box “No, and I cannot commit to obtain it” the submission shall be marked as FAIL. Economic operators which alter their composition after making a submission will be the subject of re-evaluation. CalMac Ferries reserve the right not to conclude any contract as a result of the procurement process initiated by this notice and to make whatever changes CalMac Ferries deem appropriate to the content, process, timing and structure of the procurement process.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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 a single operator
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
25 April 2023
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 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: CFL wish to set up a framework for 24 months with the potential to extend for up to 24 months. The requirement will be reviewed near the
end of this period.
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
“CFL’s general conditions of the procurement will be published in the ITT. In the meantime Economic Operators should note that the conditions of the procurement include (but are not limited to) the following:
-The eligibility requirements in this Contract Notice will apply to the procurement at all times. Economic Operators may be excluded from this competition if the Economic Operator no longer meets the selection criteria set out in the Contract Notice at any stage during the competition and/or there is a change in identity, control, financial standing or other factor impacting on the selection process affecting the Economic Operator;
-CFL is subject to the requirements of the Freedom of Information (Scotland) Act 2002 and the Environmental Information (Scotland) Regulations 2004. Accordingly, all information submitted to CFL may need to be disclosed and/or published by it in response to a request under FOISA or the EIRs; and
-Economic Operators will remain responsible for all costs and expenses incurred by them in connection with this competition. CFL will not be liable to reimburse or compensate any costs incurred in connection with an Economic Operator’s participation in this competition, including any costs or other liability in respect of the cancellation of the process.”
The award criteria questions and weightings will be published in the ITT. Award criteria scoring will be the following:
0 Unacceptable; 25 Poor; 50 Acceptable; 75 Good; 100 Excellent. Full definitions of the scoring are provided in the ITT.
The buyer is using PCS-Tender to conduct this tender. The Project code is 23800. The ITT code is itt_37790.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23800. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:726915)
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court
1 Nelson St
Greenock
PA15 1TR
Telephone
+44 1475787073
Country
United Kingdom