Section one: Contracting authority
one.1) Name and addresses
CalMac Ferries Ltd
Ferry Terminal
Gourock
PA19 1QP
Contact
June Cairns
Telephone
+44 1475650370
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
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
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.gov.uk/esop/pts-host/public/pts/web/login.html
one.4) Type of the contracting authority
Other type
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
Ship's Agency Services
Reference number
AM21-004
two.1.2) Main CPV code
- 63523000 - Port and forwarding agency services
two.1.3) Type of contract
Services
two.1.4) Short description
CalMac Ferries Ltd (CFL) requires a supplier to provide Ship Agency Services to the current CalMac fleet of vessels and any future vessels for various port calls and dockings across the CFL network.
As subject matter experts and with proven local port knowledge, the supplier will ensure a smooth vessel transition in and out of the port and/or dockyard and have the welfare of the crew as a priority during all activities.
Acting on behalf of CalMac, they will liaise with all relative necessary vendors including port authorities, pilotage, and towage services. They will also be required to coordinate with regards to any crew issues, repatriation, and relevant documentation.
two.1.5) Estimated total value
Value excluding VAT: £440,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 63520000 - Transport agency services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
West Coast of Scotland
two.2.4) Description of the procurement
CalMac Ferries Ltd (CFL) requires a supplier to provide Ship Agency Services to the current CFL fleet of vessels and any future vessels for various port calls and dockings across the CFL network.
As subject matter experts and with proven local port knowledge, the supplier will ensure a smooth vessel transition in and out of the port and/or dockyard and have the welfare of the crew as a priority during all activities.
Acting on behalf of CFL, they will liaise with all relative necessary vendors including port authorities, pilotage and towage services. They will also be required to co-ordinate with regards to any crew issues, repatriation and relevant documentation.
Details of the requirement and services included are as follows;
To provide agency services for the entire CFL fleet, with specific reference to annual dockings.
Booking vessel in and out of the port/yard and arranging all necessary services including;
"Harbour Dues
Pilotage
Tugboat
Linesmen
Customs / Documentation
Crew Change / Transportation
Husbandry"
two.2.5) Award criteria
Quality criterion - Name: 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
Possible of extension periods of a further 2 x 12 month periods
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
The Procurement will be conducted through the use of the Competitive Procedure with negotiation (CPN)
All queries about this procurement must be made via the PCS-T messaging system
The process we will apply is;
Bidders must pass the minimum standards sections of the SPD (Scotland)
Part III and Section B and D of Part IV will be scored on a pass/fail basis, and section C of part IV of the SPD (Scotland) will be scored in the following way;
Questions 4C 2.1.6, 4C2.1.7 and 4C2.1.8, of the SPD, will be scored using the following methodology;
100- Excellent. The response is completely relevant and excellent overall. The response is comprehensive, unambiguous, and demonstrates thorough experience, knowledge, or skills/capacity/capability relevant to providing similar services to similar clients.
75- Good. The response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge, or skills/capacity/capability relevant to providing similar services to similar clients.
50-Acceptable. The response is relevant and acceptable. The response demonstrates broad experience, knowledge, or skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge, or skills may not be of a similar nature.
25-Poor. The response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient detail or explanation to demonstrate previous relevant experience/capacity/capability.
0-Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
The responses to the questions in Section III.1.3 of the Contract Notice will be weighted in the following way. Please see SPD (Scotland) Question 4C 2.1.6 - 25% , 4C 2.1.7 - 15%, 4C 2.1.8- 10%, 4C.2.1.9 - 20% and 4C.2.1.10 30%
We will take the three highest-scoring bidders through and they will be invited to submit a tender for this requirement.
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
As stated in the Tender Document
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
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
Competitive procedure with negotiation
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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
28 May 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
8 June 2021
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: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
six.3) Additional information
The estimated value of the initial contract term (24 months) is 220,000GBP
Estimated value of the 2 x 12 month optional extensions is 220,000 GBP
Questions in the ITT will be scored using the following methodology;
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.
75 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on 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.
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.
0 - Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
Award Criteria can be found in the Tender Document along with appropriate weightings.
COMPETITIVE PROCEDURE WITH NEGOTIATION EXPLANATION - Competitive Procedure with Negotiation (CPN) this is a two-stage procedure run along the same lines as a Restricted Procedure. This requires interested parties to complete a pre-qualification stage by submitting a Single Procurement Document (SPD) before being invited to submit a tender. This down selection process allows us to limit the number of parties receiving the full tender and moving forward to the negotiation phase(s) if required.
Under CPN tenders are submitted from down selected suppliers and are then subject to evaluation and negotiation and then re-submitted to finalise positions and allow selection of a preferred bidder.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 18171. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:646558)
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court
1 Nelson Street
Greenock
PA15 1TR
Telephone
+44 1475787073
Country
United Kingdom