Tender

Supply and Delivery of Synthetic Mooring Ropes and Winch Mooring Lines

  • CalMac Ferries Limited

F02: Contract notice

Notice identifier: 2023/S 000-008582

Procurement identifier (OCID): ocds-h6vhtk-03b5aa

Published 24 March 2023, 9:59am



Section one: Contracting authority

one.1) Name and addresses

CalMac Ferries Limited

CalMac Ferries Limited, Ferry Terminal

Gourock

PA19 1QP

Contact

Claire Galloway

Email

claire.galloway@calmac.co.uk

Telephone

+44 01475650230

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

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