Section one: Contracting authority
one.1) Name and addresses
Caledonian Maritime Assets Ltd (Utility)
Municipal Buildings, Fore Street
Port Glasgow
PA14 5EQ
Telephone
+44 1475749920
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
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
Harbour Authority
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Ground Investigation Works - Islay Routes
Reference number
CMAL0287
two.1.2) Main CPV code
- 45111250 - Ground investigation work
two.1.3) Type of contract
Works
two.1.4) Short description
Works are required to upgrade port infrastructure at the four terminals on the Islay ferry route (Port Ellen, Kennacraig, Colonsay, and Port Askaig) prior to the introduction of new vessels. Works comprise upgrading the berthing and landside infrastructure
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
two.2.4) Description of the procurement
Works are required to upgrade port infrastructure at the four terminals on the Islay ferry route (Port Ellen, Kennacraig, Colonsay, and Port Askaig) prior to the introduction of new vessels. Works comprise upgrading the berthing and landside infrastructure
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
10
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.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.1.8) 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
26 July 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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
26 July 2022
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 invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The levels of insurance cover provided (in total and per claim), including but not limited to the following:
a. Employer’s Liability (min. of 10M GBP)
b. Public Liability (min of 5M GBP)
c. Contractor’s All Risk Insurance
d. Professional Indemnity (min of 1M GBP including limit of liability)
Such levels of insurance shall be in place upon award of the contract and prior to commencement of Site Operations. The Contractor shall provide copies of current relevant insurance Certificates including any excesses on the policies
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21666. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:698004)
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