Tender

EXAMINATION, TESTING & CERTIFICATION OF SHIPS GANGWAYS, ONBOARD LIFTING EQUIPMENT AND ASSOCIATED LIFTING ACCESSORIES

  • CalMac Ferries Limited

F02: Contract notice

Notice identifier: 2021/S 000-019176

Procurement identifier (OCID): ocds-h6vhtk-02d257

Published 9 August 2021, 11:04am



The closing date and time has been changed to:

21 September 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

Contact

June Cairns

Email

june.cairns@calmac.co.uk

Telephone

+44 1475650370

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

https://www.publictendersscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

EXAMINATION, TESTING & CERTIFICATION OF SHIPS GANGWAYS, ONBOARD LIFTING EQUIPMENT AND ASSOCIATED LIFTING ACCESSORIES

Reference number

AM21-081

two.1.2) Main CPV code

  • 50241200 - Ferry repair services

two.1.3) Type of contract

Services

two.1.4) Short description

CalMac Ferries Ltd requires an external supplier(s) to ensure that all Ships Gangways, Onboard Lifting Equipment, and Associated Lifting Accessories are and remain compliant with both legal and contractual requirements.

CFL must ensure that all gangways under their responsibility and currently used at ports serviced by the fleet are assessed as safe for use and fit for purpose at all times. This is also the case for all lifting equipment used onboard the vessels and all associated lifting accessories. This will be achieved by conducting mandatory six-monthly, annual, or five-yearly testing as required for the type of equipment.

two.1.5) Estimated total value

Value excluding VAT: £401,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1, Lot 2, Lot 3

two.2) Description

two.2.1) Title

Small & Intermediate Vessels Lifting Equipment & Associated Lifting Accessories

Lot No

2

two.2.2) Additional CPV code(s)

  • 42400000 - Lifting and handling equipment and parts
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
  • 71630000 - Technical inspection and testing services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

CalMac Ferries Ltd requires a supplier to ensure that all Onboard Lifting Equipment and Associated Lifting Accessories are and remain compliant with both legal and contractual requirements.

CFL must ensure that all lifting equipment used onboard the vessels and all associated lifting accessories are assessed as safe for use and fit for purpose at all times. This will be achieved by conducting mandatory six-monthly, annual, or five-yearly testing as required for the type of equipment.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £140,000

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

Possible extension of a further 2 x 12 month periods subject to satisfactory performance and need.

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

Major Vessels Lifting Equipment & Associated Lifting Accessories

Lot No

3

two.2.2) Additional CPV code(s)

  • 42400000 - Lifting and handling equipment and parts
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
  • 71630000 - Technical inspection and testing services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

CalMac Ferries Ltd requires a supplier to ensure that all Onboard Lifting Equipment and Associated Lifting Accessories are and remain compliant with both legal and contractual requirements.

CFL must ensure that all lifting equipment used onboard the vessels and all associated lifting accessories are assessed as safe for use and fit for purpose at all times. This will be achieved by conducting mandatory six-monthly, annual, or five-yearly testing as required for the type of equipment.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £176,000

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

Possible extension of a further 2 x 12 month periods subject to satisfactory performance and need

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

Ships Gangways and Associated Port Lifting Accessories

Lot No

1

two.2.2) Additional CPV code(s)

  • 42400000 - Lifting and handling equipment and parts
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
  • 71630000 - Technical inspection and testing services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

CalMac Ferries Ltd requires a supplier to ensure that all Ships Gangways, Onboard Lifting Equipment, and Associated Lifting Accessories are and remain compliant with both legal and contractual requirements.

CFL must ensure that all gangways under their responsibility and currently used at ports serviced by the fleet are assessed as safe for use and fit for purpose at all times. This is also the case for all lifting equipment used onboard the vessels and all associated lifting accessories. This will be achieved by conducting mandatory six-monthly, annual, or five-yearly testing as required for the type of equipment.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £85,000

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

Possible extension of a further 2 x 12 month periods subject to satisfactory performance and need

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

As stated in the SPD (Scotland)

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

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

Originally published as:

Date

14 September 2021

Local time

12:00pm

Changed to:

Date

21 September 2021

Local time

12:00pm

See the change notice.

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

14 September 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

CalMac Ferries Limited reserves the right not to conclude any contract(s) for this Procurement.

The estimated value of the initial contract term (24 months) is 200,500GBP. This is the estimated value for all 3 Lots. The estimated value of each Lot for the initial 24 months is as follows;

Lot 1 42500 GBP

Lot 2 70,000 GBP

Lot 3 88,000 GBP

Estimated value of the 2 x 12 month optional extensions is 200,500 GBP for all 3 Lots.

Questions in the ITT will be scored using the following methodology;

100 - Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement, and provides details of how the requirement will be met in full.

75 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirement will be fulfilled.

50 - Acceptable -Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

25 - Poor - Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

0 - Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

Award Criteria can be found in the Tender Document along with appropriate weightings

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=648578.

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:648578)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=648578

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

1 Nelson Street

Greenock

PA15 1TR

Telephone

+44 1475787073

Country

United Kingdom