Tender

Corran Ferry Vessel Refit Services

  • The Highland Council

F02: Contract notice

Notice identifier: 2024/S 000-026030

Procurement identifier (OCID): ocds-h6vhtk-048b5a

Published 16 August 2024, 8:53am



Section one: Contracting authority

one.1) Name and addresses

The Highland Council

Glenurquhart Road

Inverness

IV3 5BX

Email

gordon.duncan@highland.gov.uk

Telephone

+44 1463702670

Country

United Kingdom

NUTS code

UKM6 - Highlands and Islands

Internet address(es)

Main address

http://www.highland.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Corran Ferry Vessel Refit Services

Reference number

HC/IEE/VRS/2024

two.1.2) Main CPV code

  • 50241200 - Ferry repair services

two.1.3) Type of contract

Services

two.1.4) Short description

The Highland Council require a Contractor to undertake vessel refit services for the two Corran Ferry vessels: the MV Corran and the MV Maid of Glencoul, covering:

- Annual Overhaul Planned Maintenance,

- Annual Overhaul Planned Repairs,

- Annual Overhaul Emergent Reactive Repairs.

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
  • 50244000 - Reconditioning services of ships or boats
  • 34512100 - Ferry boats
  • 34500000 - Ships and boats
  • 34512000 - Ships and similar vessels for the transport of persons or goods
  • 50245000 - Upgrading services of ships

two.2.3) Place of performance

NUTS codes
  • UKM6 - Highlands and Islands

two.2.4) Description of the procurement

The Corran Ferry provides a lifeline connection linking the communities of Fort William, Ardgour, Sunart, Ardnamurchan, Moidart, Morar, Morvern and the Isle of Mull. The ferry provides a regular service 7 days a week and takes 5 minutes.

The Corran Ferry is based at Ardgour approximately seven miles south of Fort William. The ferry provides a lifeline connection across Loch Linnhe at the Corran Narrows, connecting the Ardgour peninsula in the west with the wider Lochaber region to the east, and beyond.

The Highland Council are responsible for operating the Corran Ferry service, which is the busiest single vessel route in Europe, taking just 5 minutes to make the approximately 400m crossing, and carrying approximately 270,000 cars and 11,000 commercial vehicles and buses per year

Road based diversion can be up to 2 hours and involves navigating single track roads with limited access for the largest of commercial vehicles due to bridge height restrictions. The ferry service is therefore integral to the socio-economic wellbeing of the peninsulas and the wider areas.

The Highland Council require a Contractor to undertake vessel refit services for the two Corran Ferry vessels: the MV Corran and the MV Maid of Glencoul, covering:

- Annual Overhaul Planned Maintenance,

- Annual Overhaul Planned Repairs,

- Annual Overhaul Emergent Reactive Repairs.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35

Price - Weighting: 65

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Potential extension of two periods of up to 12 months each.

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

The Highland Council’s vessels are currently limited to make occasional voyages without passengers or cargo between Corran and the Clyde or Stornoway for the purposes of surveys and maintenance. It is essential that Yards are situated within these boundaries. Tenderers shall have to confirm that this is the case.

three.1.2) Economic and financial standing

List and brief description of selection criteria

The Council will use an independent credit scoring organisation to conduct appropriate financial probity checks. Tenderers must score a risk rating of low risk in order to be considered for Contract award.

If the Credit Report contains a risk rating between moderate risk and very high risk, Tenderers shall be given an opportunity to provide additional information which will be taken into account during the Council’s assessment.

Where additional supporting information does not satisfy the Council that that the risk is mitigated Tenderers shall be disqualified.

Tenderers must have a minimum:

- 5,000,000 GBP Employers Liability Insurance (where applicable),

- 10,000,000 GBP Public Liability Insurance.

Minimum level(s) of standards possibly required

Tenderers must have a minimum:

- 5,000,000 GBP Employers Liability Insurance (where applicable),

- 10,000,000 GBP Public Liability Insurance.

three.1.3) Technical and professional ability

List and brief description of selection criteria

- Tenderers shall have to provide two examples of providing equivalent or similar services within the last three years.

- Tenderers must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).

OR

Present a documented policy regarding quality management.

Minimum level(s) of standards possibly required

- Two examples of providing equivalent or similar services within the last three years

- certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or submit a documented policy regarding quality management.


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

16 September 2024

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

16 September 2024

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 27349. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

The Highland Council is keen to work with suppliers to act as a role model within the public sector, by carrying out its activities in a responsible and sustainable manner, considering how it can improve the economic, social, and environmental wellbeing of the area. The following themes have been identified as proportionate and relevant to this Contract:

Tenderers are required to submit a policy/statement on 5 key areas:

- Environmental Wellbeing and measures

- Fair Work Practices

- Prompt Payment in The Supply Chain

- Employee/Training Requirement

- Communities, Community Groups, and Community Projects Support

Precise detail of what is required is contained within the documents.

(SC Ref:775396)

six.4) Procedures for review

six.4.1) Review body

Local Sheriff Court

Inverness

Country

United Kingdom