Tender

Vessel Modification Works

  • Caledonian Maritime Assets Ltd (Utility)

F02: Contract notice

Notice identifier: 2021/S 000-024789

Procurement identifier (OCID): ocds-h6vhtk-02e842

Published 5 October 2021, 4:04pm



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

Maritime Transport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Vessel Modification Works

Reference number

CMAL0277

two.1.2) Main CPV code

  • 50245000 - Upgrading services of ships

two.1.3) Type of contract

Services

two.1.4) Short description

CMAL has purchased a 2nd hand vessel to add to its fleet and will operate on the Clyde and Hebridean Ferry Service routes on the west coast Scotland.

MV UTNE is a small double ended Norwegian car and passenger ferry with 200 passenger and 36 PCU capacity and operates with 4 crew and berths.

She has been built to, and maintains, DNV classification. As a Norwegian vessel, she does not comply with the EU directive for passenger vessel, being built to Northern European standards she meets most conditions of Euro C certification and will require some works to meet the standards required by UK classification.

The scope of the works required are detailed in the specification document

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50241200 - Ferry repair services
  • 34953100 - Ferry ramps
  • 38121000 - Anemometers

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The full scope of the works required are detailed in the specification document.

two.2.5) Award criteria

Quality criterion - Name: Experience / Weighting: 20

Quality criterion - Name: Organisation Structure / Weighting: 10

Quality criterion - Name: Project Management / Weighting: 10

Quality criterion - Name: HSEQM / Weighting: 10

Price - Weighting: 50

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

Duration in months

6

This contract is subject to renewal

No

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.1.8) 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

5 November 2021

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

5 November 2021

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 19810. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:669284)

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