Tender

Circuit Breakers

  • CalMac Ferries Limited

F02: Contract notice

Notice identifier: 2021/S 000-009474

Procurement identifier (OCID): ocds-h6vhtk-02ac73

Published 30 April 2021, 5:25pm



Section one: Contracting authority

one.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

Email

steven.mcewan@calmac.co.uk

Telephone

+44 1475650252

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/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

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.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

Circuit Breakers

two.1.2) Main CPV code

  • 31220000 - Electrical circuit components

two.1.3) Type of contract

Supplies

two.1.4) Short description

Framework Agreement for the design, supply of hardware, installation, testing, and commissioning for the upgrade/replacement of circuit breakers on the following vessels.

MV Argyle

MV Bute

MV Caledonian Isles (Includes review of FRC Davit Requirements)

MV Clansman

MV Hebrides (FRC Davits scope only- Complete 2021 scope – Existing PO) – Outside scope of this tender

MV Lord of the Isles

MV Isle of Mull (Review FRC Davit Requirements only)

MV Isle of Lewis (Review FRC Davit Requirements only)

two.1.5) Estimated total value

Value excluding VAT: £12,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31220000 - Electrical circuit components
  • 31600000 - Electrical equipment and apparatus
  • 31610000 - Electrical equipment for engines and vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

a Framework Agreement for the design, supply of hardware, installation, testing and commissioning for the upgrade/replacement of circuit breakers on the following vessels.

While there is still some outstanding works to be completed on the existing Framework by the current Framework contractor during the coming year, it is CalMac Ferries intention to award a new Framework to cover new works over the coming three years with an option to extend for a further year.

The intention is to carry out further circuit breaker upgrade replacement programme on the following vessels during the coming docking season 2122 with a view to continuing further works when budgets are approved over the coming years on the listed other vessels: -

Proposed 2122 Vessels: -

MV Argyle

MV Bute

MV Caledonian Isles (Includes review of FRC Davit Requirements)

MV Clansman

MV Hebrides (FRC Davits scope only- Complete 2021 scope – Existing PO) – Outside scope of this tender

MV Lord of the Isles

MV Isle of Mull (Review FRC Davit Requirements only)

MV Isle of Lewis (Review FRC Davit Requirements only)

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £1,200,000

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

1 x 12 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

relevant selection criteria will be included in the SPD Scotland module.

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

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

3 June 2021

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

3 June 2021

Local time

12:00pm


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

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 always apply to the procurement. 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 are set out in the ITT made available with this notice. B

Award criteria scoring will be the following:

0: Unacceptable;

25: Poor;

50: Acceptable;

75: Good;

100: Excellent.

These ITT questions shall be grouped as either belonging to mandatory pass/fail type questions or questions which shall be scored and weighted.

Where a supplier has been assessed to have failed a pass/fail question their tender submission shall be deemed non-compliant and excluded from that point forward within the ITT process.

If a supplier fails to achieve a score of 50 out of 100 for all areas of technical and quality, CFL reserves the right to disregard the tender submission as failing to achieve a suitable minimum standard as detailed in the ITT.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 16920. 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 18590. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:652585)

six.4) Procedures for review

six.4.1) Review body

Greenock Sheriff Court

3 Kinloss Place

Greenock

Country

United Kingdom