Contract

Provision of Commercial Diving Services

  • CalMac Ferries Limited

F03: Contract award notice

Notice identifier: 2021/S 000-013097

Procurement identifier (OCID): ocds-h6vhtk-028a2d

Published 10 June 2021, 4:35pm



Section one: Contracting authority

one.1) Name and addresses

CalMac Ferries Limited

The Ferry Terminal

Gourock

PA191QP

Contact

Christopher Curtis

Email

christopher.curtis@calmac.co.uk

Telephone

+44 1475650100

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.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Ferry Company


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Commercial Diving Services

Reference number

CSSD20-026

two.1.2) Main CPV code

  • 98363000 - Diving services

two.1.3) Type of contract

Services

two.1.4) Short description

CalMac Ferries Limited (CFL), operator of the Clyde & Hebrides Ferry Service, is a multi-award-winning ferry and port operator and ship management specialist, providing essential lifeline services and logistical support to island and remote communities.

CFL is seeking to establish a Framework Agreement for the supply of Commercial Diving Services. On successful conclusion of the procurement, the Framework Agreement shall have a single participant.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £267,446 / Highest offer: £495,176 taken into consideration

two.2) Description

two.2.2) Additional CPV code(s)

  • 98363000 - Diving 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

There are two distinct areas where CFL requires Commercial Diving Services, these areas are summarised below. Full detail of the requirement can be found within the “CSSD20-026 Commercial Diving Specification” available for download along with this Contract Notice.

PLANNED ATTENDANCE (INCLUDING REGULATORY INSPECTION)

Ports & Harbours (Operational) Requirement: CFL utilises Commercial Diving Services to assist with the regulatory inspection and repair of certain port infrastructure assets

Asset Management (Marine) Requirement: Services are required to carry out inspection, repair and maintenance work on CFL operated Vessels.

Attendance is deemed to be “Planned” where CFL provides a minimum of 72 hours’ notice of the requirement.

URGENT REACTIVE RESPONSE

Ports & Harbours (Operational) Requirement: CFL may require services in the event of an emergency at a harbour requiring prompt attendance. Urgent Reactive Response may be required on an emergency basis to deal with a safety issue and/or allow remedial action to be executed and services (if disrupted) resumed in the shortest possible time.

Asset Management (Marine) Requirement: CFL may require services in areas including but not limited to assistance with the removal of ropes, lines, fishing nets and creels from propellers, Voith and similar propulsion units. Urgent Reactive Response is typically required on an emergency basis to allow remedial action to be executed and services (if disrupted) resumed in the shortest possible time.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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 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

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-000729


Section five. Award of contract

Contract No

CSSD20-026

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

10 June 2021

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Shearwater Marine Service

Unit 19, Sandbank Business Park, Highland Avenue

Dunoon

PA23 8PB

Telephone

+44 1369705949

Country

United Kingdom

NUTS code
  • UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £267,446 / Highest offer: £495,176 taken into consideration


Section six. Complementary information

six.3) Additional information

(SC Ref:656974)

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