Contract

EXAMINATION, TESTING & CERTIFICATION OF SHIPS GANGWAYS, ONBOARD LIFTING EQUIPMENT AND ASSOCIATED LIFTING ACCESSORIES

  • CalMac Ferries Limited

F03: Contract award notice

Notice identifier: 2021/S 000-029481

Procurement identifier (OCID): ocds-h6vhtk-02d257

Published 26 November 2021, 3:54pm



Section one: Contracting authority

one.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

Contact

June Cairns

Email

june.cairns@calmac.co.uk

Telephone

+44 1475650370

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.calmac.co.uk

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

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

EXAMINATION, TESTING & CERTIFICATION OF SHIPS GANGWAYS, ONBOARD LIFTING EQUIPMENT AND ASSOCIATED LIFTING ACCESSORIES

Reference number

AM21-081

two.1.2) Main CPV code

  • 50241200 - Ferry repair services

two.1.3) Type of contract

Services

two.1.4) Short description

CalMac Ferries Ltd requires an external supplier(s) to ensure that all Ships Gangways, Onboard Lifting Equipment, and Associated Lifting Accessories are and remain compliant with both legal and contractual requirements.

CFL must ensure that all gangways under their responsibility and currently used at ports serviced by the fleet are assessed as safe for use and fit for purpose at all times. This is also the case for all lifting equipment used onboard the vessels and all associated lifting accessories. This will be achieved by conducting mandatory six-monthly, annual, or five-yearly testing as required for the type of equipment.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Ships Gangways and Associated Port Lifting Accessories

Lot No

1

two.2.2) Additional CPV code(s)

  • 42400000 - Lifting and handling equipment and parts
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
  • 71630000 - Technical inspection and testing services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

CalMac Ferries Ltd requires a supplier to ensure that all Ships Gangways, Onboard Lifting Equipment, and Associated Lifting Accessories are and remain compliant with both legal and contractual requirements.

CFL must ensure that all gangways under their responsibility and currently used at ports serviced by the fleet are assessed as safe for use and fit for purpose at all times. This is also the case for all lifting equipment used onboard the vessels and all associated lifting accessories. This will be achieved by conducting mandatory six-monthly, annual, or five-yearly testing as required for the type of equipment.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Small & Intermediate Vessels Lifting Equipment & Associated Lifting Accessories

Lot No

2

two.2.2) Additional CPV code(s)

  • 42400000 - Lifting and handling equipment and parts
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
  • 71630000 - Technical inspection and testing services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

CalMac Ferries Ltd requires a supplier to ensure that all Onboard Lifting Equipment and Associated Lifting Accessories are and remain compliant with both legal and contractual requirements.

CFL must ensure that all lifting equipment used onboard the vessels and all associated lifting accessories are assessed as safe for use and fit for purpose at all times. This will be achieved by conducting mandatory six-monthly, annual, or five-yearly testing as required for the type of equipment.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Major Vessels Lifting Equipment & Associated Lifting Accessories

Lot No

3

two.2.2) Additional CPV code(s)

  • 42400000 - Lifting and handling equipment and parts
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
  • 71630000 - Technical inspection and testing services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

CalMac Ferries Ltd requires a supplier to ensure that all Onboard Lifting Equipment and Associated Lifting Accessories are and remain compliant with both legal and contractual requirements.

CFL must ensure that all lifting equipment used onboard the vessels and all associated lifting accessories are assessed as safe for use and fit for purpose at all times. This will be achieved by conducting mandatory six-monthly, annual, or five-yearly testing as required for the type of equipment.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-019176


Section five. Award of contract

Contract No

AM21-081

Lot No

2

Title

Small & Intermediate Vessels Lifting Equipment & Associated Lifting Accessories

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

Contract No

AM21-081

Lot No

3

Title

Major Vessels Lifting Equipment & Associated Lifting Accessories

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

Contract No

AM21-081

Lot No

1

Title

Ships Gangways and Associated Port Lifting Accessories

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

CalMac Ferries Limited reserves the right not to conclude any contract(s) for this Procurement.

The estimated value of the initial contract term (24 months) is 200,500GBP. This is the estimated value for all 3 Lots. The estimated value of each Lot for the initial 24 months is as follows;

Lot 1 42500 GBP

Lot 2 70,000 GBP

Lot 3 88,000 GBP

Estimated value of the 2 x 12 month optional extensions is 200,500 GBP for all 3 Lots.

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

(SC Ref:675191)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

1 Nelson Street

Greenock

PA15 1TR

Telephone

+44 1475787073

Country

United Kingdom