Tender

FMPG - 2022-011 - Painting and Blasting and Scaffold Management

  • Ferguson Marine Port Glasgow

F02: Contract notice

Notice identifier: 2022/S 000-024074

Procurement identifier (OCID): ocds-h6vhtk-0363ca

Published 29 August 2022, 11:14am



Section one: Contracting authority

one.1) Name and addresses

Ferguson Marine Port Glasgow

Newark Works Castle Road, Castle Road

Port Glasgow

PA14 5NG

Contact

Paul Cassidy

Email

paul.cassidy@fergusonmarine.com

Telephone

+44 1475742300

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.fergusonmarine.com

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30427

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

https://www.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.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.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Shipbuilding


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

FMPG - 2022-011 - Painting and Blasting and Scaffold Management

Reference number

FMPG - 2022-011

two.1.2) Main CPV code

  • 98512000 - Services of industrial workers

two.1.3) Type of contract

Services

two.1.4) Short description

Hull 801 - Current progress varies from compartment to compartment in terms of mechanical preparation, blasting requirements, and rework requirements.

Hull 802 - Machine preparation, blasting, cleaning and painting for the steel units. There are a total of 89 units between decks 1 and 5.

There is also a requirement for the management of our on scaffold requirement.

802 programme is approximately between Jan 2023 and November 2023 for painting works

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1 - Painting and blasting.

Lot 2 - Scaffold Management.

two.2) Description

two.2.1) Title

Painting and blasting

Lot No

1

two.2.2) Additional CPV code(s)

  • 45442120 - Painting and protective-coating work of structures

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Port Glasgow

two.2.4) Description of the procurement

Preparation and painting of vessel 802.

Preparation and Painting of part of vessel 801.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

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: 5

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

two.2) Description

two.2.1) Title

Management of on site Scaffold requirements

Lot No

2

two.2.2) Additional CPV code(s)

  • 44212310 - Scaffolding

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Port Glasgow

two.2.4) Description of the procurement

Management of on site Scaffold requirements

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60%

Price - Weighting: 40%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

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: 5

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

As per scope, specification and drawings provided.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

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 several operators

Envisaged maximum number of participants to the framework agreement: 3

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

28 September 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

28 September 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: 12 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=704739.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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:704739)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=704739

six.4) Procedures for review

six.4.1) Review body

Greenock Sheriff Court

Greenock

Country

United Kingdom