Tender

Framework Agreement for Marine Turbocharger Overhaul and Maintenance

  • CalMac Ferries Limited

F02: Contract notice

Notice identifier: 2025/S 000-013301

Procurement identifier (OCID): ocds-h6vhtk-048811

Published 7 April 2025, 10:19am



Section one: Contracting authority

one.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

Email

ruairidh.black@calmac.co.uk

Telephone

+44 7974884681

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/

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/

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/

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

Framework Agreement for Marine Turbocharger Overhaul and Maintenance

two.1.2) Main CPV code

  • 50241200 - Ferry repair services

two.1.3) Type of contract

Services

two.1.4) Short description

CFL has the requirement to enter into Agreement with Supplier(s) that are suitably experienced and qualified in providing overhaul and maintenance services for marine turbochargers.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Man B&W, and Napier Systems

Lot No

1

two.2.2) Additional CPV code(s)

  • 34310000 - Engines and engine parts

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Overhaul and maintenance services on the following OEM specific systems.

Napier 357

Napier 307

Napier NT1-100

MAN B&W TCR20 41105

MAN B&W TCR 22-4

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

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

The duration of 48 months comprises of an initial term of 24 months, followed by up to an additional 24 months extension option.

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

two.2) Description

two.2.1) Title

ABB, and Brown, Boveri & CIE (BBC) Systems

Lot No

2

two.2.2) Additional CPV code(s)

  • 34310000 - Engines and engine parts

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Overhaul and maintenance services on the following OEM specific systems.

ABB TPS57-F32

Brown Boveri & Cie VTR 251-P2

Brown Boveri & Cie VTR 304-11

two.2.5) Award criteria

Quality criterion - Name: Technical / 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

The duration of 48 months comprises of an initial term of 24 months, followed by up to an additional 24 months extension options.

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

two.2) Description

two.2.1) Title

KBB Systems

Lot No

3

two.2.2) Additional CPV code(s)

  • 34311000 - Engines

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Overhaul and maintenance services on the following OEM specific systems.

KBB Type R4-3

KBB Type R3-2

KBB ST4

KBB ST5

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

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

The duration of 48 months comprises of an initial term of 24 months, followed by up to an additional 24 months extension options.

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

Evidence of the following must be supplied during completion of the pre-qualification (SPD) stage.

ISO 9001 quality assurance.

Environmental management.

Health and safety management.

OEM trained/qualified technicians.

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

Tenderers must confirm that they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below, it should be noted that CFL will require copies of insurance certificates:

Professional Risk Indemnity: GBP 5m for each claim

Employer's (Compulsory) Liability: GBP 5m for each claim

Public Liability: GBP 5m for each claim

Product Liability: GBP 5m for each claim

Tenderers must provide ratios based on the previous full financial year.

1- Return on Capital Employed: must be at a ratio greater than “0”

2- Acid Test (Current Ratio): Current Ratio must be greater than “1”

3- Gearing: Gearing must be a figure of less than 100%

4- Interest Coverage: Interest Coverage must be a figure of 2 or above

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 several operators

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: 2024/S 000-024684

four.2.2) Time limit for receipt of tenders or requests to participate

Date

9 May 2025

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

Tender must be valid until: 29 August 2025

four.2.7) Conditions for opening of tenders

Date

9 May 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This requirement will be re-tendered upon completion of all agreed periods.

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 28977. 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

(SC Ref:795488)

six.4) Procedures for review

six.4.1) Review body

Greenock Sherift Court

1 Nelson Street

Greenock

PA15 1TR

Country

United Kingdom