Section one: Contracting authority
one.1) Name and addresses
CalMac Ferries Limited
CalMac Ferries Limited, Ferry Terminal
Gourock
PA19 1QP
Contact
Claire Galloway
Telephone
+44 01475650230
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
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
Access to the procurement documents is restricted. Further information can be obtained at
https://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
https://www.publictendersscotland.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
Provision of Electronic Chart Display and Information Systems (ECDIS)
Reference number
AMRE23-002
two.1.2) Main CPV code
- 34933000 - Navigation equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
CFL wish to set up a framework for the provision of Electronic Chart Display and Information Systems (ECDIS) for up to 6 vessels. The framework will include the design, supply, install and testing of the system as well as training for use.
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34933000 - Navigation equipment
- 38110000 - Navigational instruments
- 63724000 - Navigation services
- 34930000 - Marine equipment
- 72212324 - Charting software development services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
CFL wish to set up a framework for 36 months for the provision of Electronic Chart Display and Information Systems. The aim is to upgrade 6 vessels within this period. The framework will include design, supply, installation and testing of the system as well as training to use.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Contract may be renewed in order to cover more vessels
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The 5 highest scoring participants of the SPD will be invited to the full tender
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
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
Selection criteria as stated in the procurement documents
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
Date
4 September 2023
Local time
10:30am
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
18 September 2023
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: This will reviewed towards the end of the framework agreement. The framework is anticipated to last 36 months with the option to extend by up to further 12 months.
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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24865.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 24865. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:740775)
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court
1 Nelson St
Greenock
PA15 1TR
Country
United Kingdom