Tender

SUPPLY, INSTALLATION AND COMMISSIONING OF REPLACEMENT EMERGENCY DIESEL GENERATORS

  • CalMac Ferries Limited

F02: Contract notice

Notice identifier: 2021/S 000-015193

Procurement identifier (OCID): ocds-h6vhtk-02c2cd

Published 2 July 2021, 12:04pm



Section one: Contracting authority

one.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

Email

june.cairns@calmac.co.uk

Telephone

+44 01475650230

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.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

www.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

SUPPLY, INSTALLATION AND COMMISSIONING OF REPLACEMENT EMERGENCY DIESEL GENERATORS

Reference number

AM21-042

two.1.2) Main CPV code

  • 34311000 - Engines

two.1.3) Type of contract

Supplies

two.1.4) Short description

As part of the fleet continuing upgrade and improvement works, CFL requires the replacement of two vessels’ emergency generator sets, one per vessel.

two.1.5) Estimated total value

Value excluding VAT: £200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31121100 - Generating sets with compression-ignition engines
  • 31121200 - Generating sets with spark-ignition engines
  • 34310000 - Engines and engine parts

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The successful bidder shall be responsible for all design, certification, installation, supply, and delivery of equipment and components to complete this project.

Full set of drawings as detailed within the attached VDRL

Generator sets should be both Electric & Hydraulic start

Supply of recommended spare parts and any special tooling for basic maintenance

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £200,000

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

Duration in months

24

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

Please refer to these statements when completing Section 4B of the SPD (Scotland)

Statement for 4B:

Economic operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, economic operators shall:

(a) in response to Question Ref. 4B.1a provide the specified ('general') annual turnover and the associated annual accounts as filed at Companies House (or equivalent if not UK registered company) for the last 2 years of trading, or for the period which is available if trading for less than 2 years;

(b) in response to Question Ref. 4B.2a provide the specified annual turnover in the business area(s) covered by the contract notice and the associated annual accounts as filed at Companies House (or equivalent if not UK registered company) for the last 2 years of trading, or for the period which is available if trading for less than 2 years;

(c) in response to Question Ref. 4B.5 confirm they already have or can commit to obtain, before the commencement of the contract, the required levels of insurance.

Economic operators shall be required to provide evidence of a turnover exceeding 500,000 GBP per annum. This requirement will be assessed on a pass/fail basis.

Where the submission has been submitted by a group of economic operators, the information submitted by each group member will be evaluated in the proportion of the percentage shareholdings or percentage equity/interest of each group member and a score determined for such group of economic operators on that basis. However, where a bidder has structured themselves to rely on one bidder to satisfy elements then CFL shall require joint and several liabilities.

If any bidder does not meet the financial criteria for consideration but has a parent company that does, the bidder may still be eligible for consideration where their tender submission is supported by a parent company guarantee.

There must be no qualification or contra-indication from any evidence provided in support of the bidder's economic and financial standing.

In response to Question Ref. 4B.5a 4B.5b and 4B.5c economic operators must confirm they already have or can commit to obtain, before the commencement the following levels of insurance:

Employer's (Compulsory) Liability Insurance = 10 million GBP

Public Liability Insurance = 5 million GBP

Product Liability Insurance = 5 million GBP

Professional Indemnity Insurance = 2M GBP

The bidder should purchase any other insurance cover as necessary, considering the terms and conditions of this contract. In responding to Question Ref. 4B.5a 4B.5b and 4B.5c of the SPD, where a bidder ticks the box ‘No, and I cannot commit to obtain it’ the submission shall be marked as a fail.

Economic operators that alter their composition after submitting will be the subject of re-evaluation.

CalMac Ferries reserves the right not to conclude any contract as a result of the procurement process initiated by this notice and to make whatever changes CalMac Ferries deem appropriate to the content, process, timing, and structure of the procurement process.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

Date

5 August 2021

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

four.2.7) Conditions for opening of tenders

Date

5 August 2021

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 payment will be used

six.3) Additional information

CFL’s general conditions of the procurement will be published in the ITT. In the meantime, economic operators should note that the conditions of the procurement include (but are not limited to) the following:

— The eligibility requirements in this contract notice will always apply to the procurement. Economic operators may be excluded from this competition if the economic operator no longer meets the selection criteria set out in the contract notice at any stage during the competition and/or there is a change in identity, control, financial standing, or other factor impacting on the selection process affecting the economic operator,

— CFL is subject to the requirements of the Freedom of Information (Scotland) Act 2002 and the Environmental Information (Scotland) Regulations 2004. Accordingly, all information submitted to CFL may need to be disclosed and/or published by it in response to a request under FOISA or the EIRs, and—Economic operators will remain responsible for all costs and expenses incurred by them in connection with this competition. CFL will not be liable to reimburse or compensate any costs incurred in connection with an economic operator’s participation in this competition, including any costs or other liability in respect of the cancellation of the process.

The award criteria questions and weightings are set out in the ITT made available with this notice.

Award criteria scoring will be the following:

0 Unacceptable,25 Poor,50 Acceptable,75 Good,100 Excellent.

These ITT questions shall be grouped as either belonging to mandatory pass/fail type questions or questions which shall be scored and weighted.

Where a supplier has been assessed to have failed a pass/fail question their tender submission shall be deemed non-compliant and excluded from that point forward within the ITT process.

The buyer is using Public Contracts Scotland to conduct this ITT exercise. For more information see: http://www.publiccontractsscotland.gov.uk/

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=658980.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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:

Tenderers are required to present a community benefit proposal with their tender detailing how, if they should be successful in winning the contract, they will address the following Community Benefit themes:

- targeted recruitment and training for “disadvantaged”

persons unemployed for over 6 months;

- work placement opportunities for 14- 16-year olds;

- graduate placements.

If successful, the winning tenderer(s) will discuss the content of their Community Benefit proposal and agree a plan for the delivery of the agreed community benefits which will become a condition of the Contract

(SC Ref:658980)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=658980

six.4) Procedures for review

six.4.1) Review body

Greenock Sheriff Court

Greenock

Telephone

+44 1475787073

Country

United Kingdom