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
Maritime Transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Shipyard Detailed Design and Build Contract Vehicle and Passenger Carrying Ferries
Reference number
CMAL0309
two.1.2) Main CPV code
- 34500000 - Ships and boats
two.1.3) Type of contract
Supplies
two.1.4) Short description
CMAL wish to appoint a sole supplier in respect of Shipyard Detailed Design and Build Contract for seven Vehicle and Passenger Carrying Ferries
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34510000 - Ships
- 34512000 - Ships and similar vessels for the transport of persons or goods
- 34512100 - Ferry boats
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The contract appointment will be for the detailed design and build of seven (7) replacement vessels.
The successful contractor will develop detailed designs, calculations, and drawings of the vessels in conjunction with the owner, the classification society, the UK flag state authority (where the ships will be registered) and any other relevant authorities, for approval.
The successful contractor will design, construct, test and survey, launch, equip, trial at sea and complete the vessels(s) in accordance with the approved detailed designs, calculations and drawings.
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
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Responses to the SPD(S) will be assessed and the highest ranked bidders will be invited to Stage 2 of the process.
two.2.10) Information about variants
Variants will be accepted: Yes
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
Candidates will be required to have an average yearly turnover of a minimum of 7,500,000 GBP for the last two years. Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
Professional Risk Indemnity: 2 Million GBP
Employer's (Compulsory) Liability: 10 Million GBP
Public Liability: 5 Million GBP
Builder's Risk Insurance for the vessel and buyers supplies must be maintained throughout the term of the contract.
Candidates must hold or commit to obtain prior to the commencement of any subsequently awarded contract, a refund guarantee equivalent to the full value of all pre-delivery installments. This must be from an international bank.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Candidates will be required to provide up to three examples of projects which involved the delivery of vessels of corresponding size and complexity to the vessels being procured. The examples must demonstrate that the Candidates has relevant capability and experience to deliver the services/supplies as described in the contract notice and detailed above.
Candidates will be required to confirm their average annual manpower for the last three years.
Candidates will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract
Minimum level(s) of standards possibly required
Candidates should include the scope of delivery and description of the vessel which the applicant has built during the last 5 years.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
CMAL will appoint a Project Manager and project site team for the duration of the Project, to monitor progress and ensure the new build vessel(s) is/are designed, constructed and set to work according to the agreed contract operational and technical requirements and in accordance with classification society and Maritime & Coastguard Agency (MCA) rules and regulations. CMAL will have an on-site team at the shipyard to oversee the design and build of the vessel. The site team will consist of experienced supervisors covering all major areas of the build under the management of the Project Manager.
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
Restricted 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
22 August 2024
Local time
12:00pm
Changed to:
Date
26 August 2024
Local time
12:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
27 September 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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
CMAL is committed to encouraging Fair Working Practices from their Suppliers and Contractors and bidders will be expected to commit to the Fair Work First criteria, as published by the Scottish Government.
CMAL is committed to encouraging the provision of community benefits through their contracts. Bidders will be required to detail the community benefits they are able to offer within their response.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 27160. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Bidders will be required to detail the community benefits they are able to offer within their tender response.
(SC Ref:771893)
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