Section one: Contracting authority
one.1) Name and addresses
CalMac Ferries Ltd
Ferry Terminal
Gourock
PA19 1QP
Contact
June Cairns
Telephone
+44 1475650370
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.4) Type of the contracting authority
Other type
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
Ship's Agency Services
Reference number
AM21-004
two.1.2) Main CPV code
- 63523000 - Port and forwarding agency services
two.1.3) Type of contract
Services
two.1.4) Short description
CalMac Ferries Ltd (CFL) requires a supplier to provide Ship Agency Services to the current CalMac fleet of vessels and any future vessels for various port calls and dockings across the CFL network.
As subject matter experts and with proven local port knowledge, the supplier will ensure a smooth vessel transition in and out of the port and/or dockyard and have the welfare of the crew as a priority during all activities.
Acting on behalf of CalMac, they will liaise with all relative necessary vendors including port authorities, pilotage, and towage services. They will also be required to coordinate with regards to any crew issues, repatriation, and relevant documentation.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 63520000 - Transport agency services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
West Coast of Scotland
two.2.4) Description of the procurement
CalMac Ferries Ltd (CFL) requires a supplier to provide Ship Agency Services to the current CFL fleet of vessels and any future vessels for various port calls and dockings across the CFL network.
As subject matter experts and with proven local port knowledge, the supplier will ensure a smooth vessel transition in and out of the port and/or dockyard and have the welfare of the crew as a priority during all activities.
Acting on behalf of CFL, they will liaise with all relative necessary vendors including port authorities, pilotage and towage services. They will also be required to co-ordinate with regards to any crew issues, repatriation and relevant documentation.
Details of the requirement and services included are as follows;
To provide agency services for the entire CFL fleet, with specific reference to annual dockings.
Booking vessel in and out of the port/yard and arranging all necessary services including;
"Harbour Dues
Pilotage
Tugboat
Linesmen
Customs / Documentation
Crew Change / Transportation
Husbandry"
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-009036
Section five. Award of contract
Contract No
AM21-004
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section six. Complementary information
six.3) Additional information
The estimated value of the initial contract term (24 months) is 220,000GBP
Estimated value of the 2 x 12 month optional extensions is 220,000 GBP
Questions in the ITT will be scored using the following methodology;
100 - Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement, and provides details of how the requirement will be met in full.
75 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirement will be fulfilled.
50 - Acceptable -Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
25 - Poor - Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
0 - Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
Award Criteria can be found in the Tender Document along with appropriate weightings.
COMPETITIVE PROCEDURE WITH NEGOTIATION EXPLANATION - Competitive Procedure with Negotiation (CPN) this is a two-stage procedure run along the same lines as a Restricted Procedure. This requires interested parties to complete a pre-qualification stage by submitting a Single Procurement Document (SPD) before being invited to submit a tender. This down selection process allows us to limit the number of parties receiving the full tender and moving forward to the negotiation phase(s) if required.
Under CPN tenders are submitted from down selected suppliers and are then subject to evaluation and negotiation and then re-submitted to finalise positions and allow selection of a preferred bidder.
(SC Ref:670122)
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court
1 Nelson Street
Greenock
PA15 1TR
Telephone
+44 1475787073
Country
United Kingdom