Awarded contract

EXAMINATION, TESTING & CERTIFICATION OF LIFTING EQUIPMENT AND ASSOCIATED LIFTING ACCESSORIES FOR ALL VESSELS

  • CalMac Ferries Limited

F03: Contract award notice

Notice reference: 2022/S 000-019230

Published 14 July 2022, 8:48am



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 01475650370

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.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 LIFTING EQUIPMENT AND ASSOCIATED LIFTING ACCESSORIES FOR ALL VESSELS

Reference number

AM21-088

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 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 fit for purpose.

This will be achieved by conducting mandatory six-monthly, annual, or five-yearly testing as required for the type of equipment.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £125,902

two.2) Description

two.2.1) Title

Small & Intermediate Vessels Lifting Equipment & Associated 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 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.2.11) 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

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.2.11) 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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-006492


Section five. Award of contract

Lot No

1

Title

Small & Intermediate Vessels Lifting Equipment & Associated Lifting Accessories

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 June 2022

five.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 8

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Speedy Asset Services Limited

Chase House, 16 The Parks,

Newton-le-Willows

WA12 0JQ

Telephone

+44 194327447

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £69,874

Total value of the contract/lot: £64,622


Section five. Award of contract

Lot No

2

Title

Major Vessels Lifting Equipment & Associated Lifting Accessories

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 June 2022

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 7

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

GAP Group Limited

Carrick House, 40 Carrick Street

Glasgow

G2 8DA

Telephone

+44 1412254600

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £88,128

Total value of the contract/lot: £61,280


Section six. Complementary information

six.3) Additional information

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

The estimated value of the initial framework term (24 months) is 158,000GBP. This is the estimated value for both Lots. The estimated value

of each Lot for the initial 24 months is as follows;

Lot 1 70,000 GBP

Lot 2 88,000 GBP

Estimated value of the 2 x 12 month optional extensions is 158,000 GBP for both 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

(SC Ref:700321)

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