Section one: Contracting authority
one.1) Name and addresses
Caledonian Maritime Assets Ltd (Utility)
Municipal Buildings, Fore Street
Port Glasgow
PA14 5EQ
Telephone
+44 1475749920
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
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
Harbour Authority & Asset Owner
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Ship Recycling and Equipment Recovery
Reference number
CMAL0323
two.1.2) Main CPV code
- 50243000 - Demolition services of ships
two.1.3) Type of contract
Services
two.1.4) Short description
The contract appointment will be for the ship recycling of MV Hebridean Isles and the recovery of specified items from the vessel.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The contract appointment will be for the ship recycling of MV Hebridean Isles and the recovery of specified items from the vessel. Please see the tender documents for a full description of the requirements
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 14
Quality criterion - Name: Skills & Resources / Weighting: 49
Quality criterion - Name: Project Management / Weighting: 7
Quality criterion - Name: Waste REcycling and Circular Economy / Weighting: 10
Quality criterion - Name: Energy Efficiency / Weighting: 10
Quality criterion - Name: Pollution Prevention / Weighting: 10
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
18 November 2024
End date
28 November 2025
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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
Originally published as:
Date
11 October 2024
Local time
12:00pm
Changed to:
Date
18 October 2024
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
11 October 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 successful contractor and recycling facility will be approved by the UK MCA to recycle the vessel according to UK Ship Recycling Regulations.
Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond, including knowledge of their emissions sources and actions to address these and should submit a a completed copy of the Bidder ‘relevant contract’ Climate Change Plan Template, including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27515. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:777151)
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