Opportunity

Vessel Enabling Works - Islay Routes

  • Caledonian Maritime Assets Ltd (Utility)

F02: Contract notice

Notice reference: 2023/S 000-012389

Published 28 April 2023, 4:40pm



The closing date and time has been changed to:

11 August 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Caledonian Maritime Assets Ltd (Utility)

Municipal Buildings, Fore Street

Port Glasgow

PA14 5EQ

Email

procurement@cmassets.co.uk

Telephone

+44 1475749920

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.cmassets.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12082

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Harbour Authority


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Vessel Enabling Works - Islay Routes

Reference number

CMAL0279

two.1.2) Main CPV code

  • 45244000 - Marine construction works

two.1.3) Type of contract

Works

two.1.4) Short description

Caledonian Maritime Assets Ltd (CMAL) require to undertake infrastructure upgrade works at three ferry terminals on the Islay route prior to the introduction of new vessels, which are planned to be introduced from Autumn 2024. The terminals on this route, are Kennacraig, Port Askaig and Colonsay.

two.1.5) Estimated total value

Value excluding VAT: £30,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
Main site or place of performance

Kennacraig, Port Ellen and Colonsay

two.2.4) Description of the procurement

Caledonian Maritime Assets Ltd (CMAL) require to undertake infrastructure upgrade works at three ferry terminals on the Islay route prior to the introduction of new vessels, which are planned to be introduced from Autumn 2024. The terminals on this route, are Kennacraig, Port Askaig and Colonsay.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

18

This contract is subject to renewal

No

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.1.2) Economic and financial standing

List and brief description of selection criteria

CMAL will obtain a financial report from Dun & Bradstreet using the company registration numbers submitted by Tenderers (and where the Tenderer is a Consortium, for all members of their Consortium) with their response. If any Tenderer (including any Consortium member) is assessed as an overall business risk of "high", the Tenderer will fail the economic and financial standing test.

Minimum level(s) of standards possibly required

If any Tenderer (including any Consortium member) is assessed as an overall business risk of "high", the Tenderer will fail the economic and financial standing test.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Tenderers will be required to provide three (3) examples of projects which involved works of a similar scope, complexity and value to this project that demonstrate that the Tenderers has relevant capability and experience to deliver the works as described in the contract notice and detailed in CMAL’s tender documents. Examples should be from projects completed within the past seven (7) years.

If Tenderers intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain.

Tenderers will be required to confirm that they will allow checks to be conducted on their production and technical capacities and on the quality control measures employed.

Bidders will be required to confirm that they will employ environmental management measures that meet the requirements detailed in the tender documents

Minimum level(s) of standards possibly required

Tenderers will be required to confirm that they have a quality assurance system in accordance with the requirements of BS EN ISO 9001:2015, or equivalent.

b) Tenderers are required to confirm that they hold a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with BS EN ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

c) Tenderers will be required to confirm that they have a health and safety management system complying with BS EN ISO 45001, or equivalent.

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.1.8) 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

Originally published as:

Date

23 June 2023

Local time

12:00pm

Changed to:

Date

11 August 2023

Local time

12:00pm

See the change notice.

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

Tender must be valid until: 22 September 2023

four.2.7) Conditions for opening of tenders

Date

23 June 2023

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 invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23914. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Tenderers are required to detail the community benefits they will provide as part of this contract. The Community Benefits must relate to the communities in and around the geographical area that works will be carried out in.

(SC Ref:728471)

six.4) Procedures for review

six.4.1) Review body

Greenock Sheriff Court

1 Nelson Street

Greenock

PA15 1TR

Email

greenock@scotscourts.gov.uk

Telephone

+44 1475787073

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/greenock-sheriff-court-and-justice-of-the-peace-court