Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Contact
Ross Cameron
Telephone
+44 1412420133
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=AA10482
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
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Shipyard Review of Productivity and Potential Improvements Study
Reference number
Case 605753
two.1.2) Main CPV code
- 79313000 - Performance review services
two.1.3) Type of contract
Services
two.1.4) Short description
Ferguson Marine (Port Glasgow) Limited (FMPG) is a shipyard based on the lower River Clyde in Scotland. The Scottish Government wishes to commission a report to identify potential ways to improve the competitiveness of the shipyard in support of its sustainable future.
two.1.5) Estimated total value
Value excluding VAT: £180,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79313000 - Performance review services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The scope of work for this initial phase of generating the development plan will be:
i. Clarification of the target productivity, target product mix and planned shipbuilding strategy of the yard;
ii. Development of a shipyard concept layout that supports steady-state shipyard
operations at the target levels of throughput and productivity for the target product mix;
iii. Identification of measures that, if executed, will improve efficiency and competitiveness in relation to comparator shipyards; Detail of the order of the phases that should be actioned and the anticipated costs of each.
iv. High-level estimation of the timeline and capital investment required to implement the measures identified.
v. High-level estimation of the timeline and capital investment required to implement the measures identified.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
18 July 2022
End date
31 October 2022
This contract is subject to renewal
Yes
Description of renewals
The Purchaser may extend the period of the Contract to a date falling no later than 31 December 2022. Subject to that constraint, the Purchaser may extend the period of the Contract on more than one occasion.
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
Minimum level(s) of standards possibly required
- Public Liability Insurance (In the sum not less) - 1,000,000 GBP;
- Professional Indemnity Insurance (In the sum not less) - 1,000,000 GBP;
- Employer’s Liability Insurance - 5,000,000 GBP;
Such insurance must be maintained for the duration of the Contract and for a minimum of 5 years following the expiry or termination of the Contract.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders will be required to demonstrate at least one(1) relevant examples of supplies and/or services carried out during the last three years that demonstrates the required experience to deliver the services as described in part II.2.4 of this Contract Notice.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
Accelerated procedure
Justification:
SG is working with Ferguson Marine Port Glasgow (FMPG) [a business wholly owned by Scottish Ministers] to understand what improvements and investment could benefit the shipyard to increase its productivity and competitiveness to support it in securing a sustainable future. This report will provide an independent assessment to support these considerations.FMPG is currently building two SG - funded ferries and is actively pursuing future contracts. A window of opportunity has been identified in the yard’s current work programme when any improvements identified in this report could be undertaken at a time that minimises any impact on existing projects and is undertaken in advance of the next prospective vessels being built. In order to maximise the chances of alignment with this window of opportunity, and mitigate any negative impact on current or future projects, the Scottish Government is using the accelerated time limits permitted under the in respect of this procurement.
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
17 June 2022
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 June 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21494. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:694949)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
27 Chambers Street
Edinburgh
EH11LB
Country
United Kingdom