Tender

Shipyard Supervision Services

  • Caledonian Maritime Assets Ltd (Utility)

F02: Contract notice

Notice identifier: 2022/S 000-023183

Procurement identifier (OCID): ocds-h6vhtk-036138

Published 19 August 2022, 4:58pm



Section one: Contracting authority

one.1) Name and addresses

Caledonian Maritime Assets Ltd (Utility)

Municipal Buildings, Fore Street

Port Glasgow

PA14 5EQ

Email

procurement@cmassets.co.uk

Telephone

+44 1475749920

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.cmassets.co.uk

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

Shipyard Supervision Services

Reference number

CMAL0290

two.1.2) Main CPV code

  • 79421100 - Project-supervision services other than for construction work

two.1.3) Type of contract

Services

two.1.4) Short description

1.2.1 CMAL wish to appoint a number of companies who can provide personnel with proven experience in the design and construction of new build RoPax and RoRo Vessels that can provide on-site shipyard supervision services of newbuild vessels under construction

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Shipyards may be located world-wide

two.2.4) Description of the procurement

CMAL wish to appoint a number of companies who can provide personnel with proven experience in the design and construction of new build RoPax and RoRo Vessels that can provide on-site shipyard supervision services of newbuild vessels under construction

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

Yes

Description of renewals

Option to extend for a further 4 years

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 5

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Contracting Authority is defined as a Utility

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

20 September 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

20 September 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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 46026. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:704079)

six.4) Procedures for review

six.4.1) Review body

Greenock Sheriff Court

1 Nelson Street

Greenock

PA15 1TR

Email

greenock@scotscourts.gov.uk

Telephone

+44 1475787073

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/greenock-sheriff-court-and-justice-of-the-peace-court