Section one: Contracting authority
one.1) Name and addresses
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
Telephone
+44 1475650252
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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