Section one: Contracting authority
one.1) Name and addresses
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, 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
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.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Transport - Ferry Operator
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Hybrid Battery Replacement
Reference number
AM22-005
two.1.2) Main CPV code
- 34930000 - Marine equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
CalMac Ferries Ltd (CFL) is seeking to appoint a single supplier for a Framework Agreement for the Provision of Replacement Hybrid Batteries for the MV Lochinvar with options included for MV Hallaig and MV Catriona.
two.1.5) Estimated total value
Value excluding VAT: £2,400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34930000 - Marine equipment
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
The Hybrid Battery Systems installed on MV Lochinvar, MV Hallaig and MV Catriona are reaching their end of useful life. It is our intention to replace these systems with new supportable equivalent of the same or better capacity/performance to the original.
The Battery System shall include the Battery and any associated equipment/systems required to interface the Battery with the vessels control/management system(s) and allow installation of the Batteries within the vessels.
The planned installation dates for the Battery Systems are as follows (these may be subject to change):
MV Lochinvar – March 2023
MV Hallaig – September 2023 (possibly September 2024)
MV Catriona – December 2024 (possibly December 2025)
The MV Lochinvar shall be considered as a firm requirement of this Framework, the MV Hallaig and the MV Catriona are included as options only to be taken up in the future at CFL's sole discretion.
The Framework shall run for a period of 24 months with the option to extend for further 2 x 12 month periods. It shall automatically expire when all optional purchases have been made.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £2,400,000
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
2 x 12 month periods
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:
This Procurement will be conducted through the use of the Restricted Procedure. All queries about this
procurement must be made via the PCS-Tender messaging system.
The process to be applied will be:
- Statements including the specific requirements can be found within Section III.1.2 and III.1.3 of the Contract Notice.
-Bidders must pass the minimum standards sections of the SPD (Scotland).
Qualification Envelope: Part 3, Section A, B, C, D and Part 4 Section C will be scored on a pass/fail basis.
If any question subject to ‘pass/fail’ scoring be scored ‘fail’ the entire submission may be set aside and take no further part in the competition.
Technical Envelope:
Part 4 Section C of the SPD (Scotland) will be scored in the following way:
0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
25 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.
50 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature.
75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
100- Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
The responses to the questions of Section III.1.3 of the Contract Notice will be weighted the following way:
PREVIOUS EXPERIENCE 40%
PREVIOUS PERFORMANCE 35%
TECHNICIANS AND TECHNICAL BODIES 5%
QUALIFICATIONS 5%
ENVIRONMENTAL MANAGEMENT 5%
SUBCONTRACTING 5%
QUALITY CONTROL 5%
We will take the top five (5) highest scoring bidders through to the next stage and they will be invited to submit a 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Economic Operators will be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015 on the basis of information provided within the Single Procurement Document(SPD).
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Economic Operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, Economic Operators shall:
in response to Question Ref. 4B.2.1 provide the specific annual turnover in the business area(s) covered by the contract notice and the associated annual accounts as filed at Companies House (or equivalent if not UK registered company) for the last three years of trading, or for the period which is available if trading for less than three years;
Requirement:
Number of fiscal years: 3
Minimum required turnover per year: GBP 3 Million
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
In response to Question Ref. 4B.5.1a 4B.5.1b and 4B.5.2 Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance:
Employer's (Compulsory) Liability: GBP 5 MILLION
Public Liability: GBP 5 MILLION
Product Liability: GBP 10 MILLION
The bidder should purchase any other insurance cover as necessary, taking into account the terms and conditions of this contract.
In responding to Question Ref. 4B.5.1b and 4B.5.2 of the SPD, where a bidder ticks the box “No, and I cannot commit to obtain it” the submission shall be marked as FAIL.
Economic operators which alter their composition after making a submission will be the subject of re-evaluation.
CalMac Ferries reserve the right not to conclude any contract as a result of the procurement process initiated by this notice and to make whatever changes CalMac Ferries deem appropriate to the content, process, timing and structure of the procurement process.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Technical or Professional Ability Part 4C.
This SPD is designed to allow CFL to review evidence of prior supply and implementations of your product(s) and should not make forward-looking statements or predict where products or features may have utility for CFL.
CFL requires that you are able to demonstrate via previous examples satisfactory supply, implementation and performance of your product.
Minimum level(s) of standards possibly required
Qualification Envelope: Part 3, Section A, B, C, D and Part 4 Section B will be scored on a pass/fail basis. If any question subject to ‘pass/fail’ scoring be scored ‘fail’ the entire submission may be set aside and take no further part in the competition.
Statement for question 4C.10 - Bidders will be required to confirm whether they intend to subcontract and if so, for what proportion of the contract.
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
Restricted 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 a single operator
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
26 September 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
10 October 2022
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: 4 (from the date stated for receipt of tender)
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
CFL’s general conditions of the procurement will be published in the ITT. In the meantime, Economic Operators should note that the conditions of the procurement include (but are not limited to) the following:
-The eligibility requirements in this Contract Notice will apply to the procurement at all times. Economic Operators may be excluded from this competition if the Economic Operator no longer meets the selection criteria set out in the Contract Notice at any stage during the competition and/or there is a change in identity,
control, financial standing or other factor impacting on the selection process affecting the Economic Operator;
-CFL is subject to the requirements of the Freedom of Information (Scotland) Act 2002 and the Environmental Information (Scotland) Regulations 2004. Accordingly, all information submitted to CFL may need to be disclosed and/or published by it in response to a request under FOISA or the EIRs; and
-Economic Operators will remain responsible for all costs and expenses incurred by them in connection with this competition. CFL will not be liable to reimburse or compensate any costs incurred in connection with an Economic Operator’s participation in this competition, including any costs or other liability in respect of the cancellation of the process.
Tenderers should note that this competition is being run under the Restricted procedure and as such we are not able to negotiate on any of our Terms and Conditions.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 5965. 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
(SC Ref:704542)
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court
1 Nelson St
Greenock
PA15 1TR
Telephone
+44 1475787073
Country
United Kingdom