Tender

Shipyard Detailed Design and Build Contract of RoPax Vessel(s)

  • Caledonian Maritime Assets Ltd (Utility)

F02: Contract notice

Notice identifier: 2021/S 000-013847

Procurement identifier (OCID): ocds-h6vhtk-02bd8a

Published 18 June 2021, 11:35am



The closing date and time has been changed to:

30 July 2021, 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.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

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

Maritime Transport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Shipyard Detailed Design and Build Contract of RoPax Vessel(s)

Reference number

CMAL0244

two.1.2) Main CPV code

  • 34500000 - Ships and boats

two.1.3) Type of contract

Supplies

two.1.4) Short description

The contract will be for the detailed design, construction, testing, survey, equipping, completion and delivery of a Ro-Pax Ferry for UK domestic waters.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34510000 - Ships
  • 34512000 - Ships and similar vessels for the transport of persons or goods
  • 34512100 - Ferry boats

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The contract will be for the detailed design and build of a passenger & vehicle ferry.

The successful contractor will develop detailed designs, calculations and drawings of the vessel(s) in conjunction with the owner, the classification society, the UK flag state authority (where the ships will be registered) and any other relevant authorities, for approval.

The successful contractor will construct the vessel(s) in accordance with the approved detailed designs, calculations and drawings.

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

27

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

Responses to the SPD(S) will be assessed and the highest ranked bidders will be invited to Stage 2 of the process.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Option to purchase a 2nd vessel to the same design

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

Bidders will be required to provide a copy of their audited accounts for the past 2 years. In addition to this, bidders are required to provide:

(a) their most recent statement of turnover, profit & loss account/income statement for the current year of trading.

(b) their most recent Balance Sheet for the current year of trading.

(c) Their most recent Cash Flow Statement for the current year of trading.

(d) A letter from their bank stating their current cash and credit position.

A financial report from Dun & Bradstreet will be obtained on the bidder. Bidders shown as medium/high or high risk may be disqualified from progressing in the tender process.

Bidders financial information will be shared with a 3rd party specialist financial consultant, who will carry out financial due diligence. Bidders reported as medium/high or high risk may be disqualified from progressing in the tender process.

Minimum level(s) of standards possibly required

Bidders must include a commitment from a 1st Class international Bank that they will be able to obtain a refund guarantee for the full value of all pre-delivery instalments.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be required to provide examples that demonstrate that they have the relevant capability and experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.

Minimum level(s) of standards possibly required

Minimum of 3 examples of vessels built in the past 5 years.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

CMAL will assign a full time Project Manager on the contract and assign a Site Supervision team at the shipyard to oversee the design and build of the vessel, with every step being closely monitored to ensure the delivery of a quality vessel. The CMAL site team will consist of experienced supervisors covering all major areas of the design and build of the vessel, such as steel, mechanical, outfitting, painting and electrical under the management of a Site Office Manager.

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

Restricted 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 July 2021

Local time

12:00pm

Changed to:

Date

30 July 2021

Local time

12:00pm

See the change notice.

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

13 September 2021

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: 6 (from the date stated for receipt of tender)


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

CMAL is committed to encouraging Fair Working Practices from their Suppliers and Contractors and bidders will be expected to commit to the Fair Work First criteria, as published by the Scottish Government.

CMAL is committed to encouraging the provision of community benefits through their contracts. Community benefit requirements are defined in the Procurement Reform (Scotland) Act 2014 as a contractual requirement imposed by a contracting authority:

a) relating to-

(i) training and recruitment; or

(ii) availability of sub-contracting opportunities; or

b) which is otherwise intended to improve the economic, social or environmental well-being of the authority’s area in a way additional to the main purpose of the contract in which the requirement is included.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17952. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

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

Bidders will be required to detail the community benefits they are able to offer within their response.

(SC Ref:642132)

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