Section one: Contracting authority
one.1) Name and addresses
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
Contact
June Cairns
Telephone
+44 01475650370
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.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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
www.publiccontractsscotland.gov.uk
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
Port and Associated Services for Major Vessels
Reference number
AM21 - 085
two.1.2) Main CPV code
- 50246100 - Dry-docking services
two.1.3) Type of contract
Services
two.1.4) Short description
CalMac Ferries Ltd require a supplier to co-ordinate the provision of Port and Associated Services for all current and future CalMac major vessels for various port calls and dockings at Birkenhead, Aberdeen and Leith.
two.1.5) Estimated total value
Value excluding VAT: £800,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50246100 - Dry-docking services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
CalMac Ferries require a supplier to co-ordinate the provision of Port and Associated Services for all current and future CalMac major vessels for various port calls and dockings at Birkenhead, Aberdeen and Leith. Smaller vessels within the fleet are not part of this specification but there may be an occasional requirement to assist in an emergency
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.
The supplier will liaise with all necessary sub-contractors including but not limited to, port authorities, pilotage and towage services. They will also be required to co-ordinate any crew issues, repatriation requirements and provide relevant documentation when required.
The expected work to be undertaken largely relates to planned vessel dockings. However, coverage and expenditure may be required for emergency port calls for repair and maintenance at short notice.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
possible extension of 2 x 12 month periods subject to satisfactory performance and need.
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
As stated in the tender documents
three.1.2) Economic and financial standing
List and brief description of selection criteria
SPD requirement - please refer to this statement when completing Section 4B of the SPD (Scotland)
Statement for 4B - Economic Operators shall be required to satisfy minimum standards of economic and financial standing. These are described below
Para 4B.1.1 and 4B.2.1 - Bidders must provide their general and specific turnover for the last 3 financial years. Bidders must have a minimum turnover of 500000GBP per annum over the last 3 financial years. If this information is not available they must explain why.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 January 2022
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
10 January 2022
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 payment will be used
six.3) Additional information
CalMac Ferries Limited reserves the right not to conclude any contract for this Procurement
The estimated value of the initial contract term of 24 months is 400000GBP, the estimated value for the 2 x 12 month extension periods is 400000GBP in total. These totals include all sub contractors costs
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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19904. 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:
Tenderers are required to present a community benefit proposal with their tender detailing how, if they should be successful in winning the contract, they will address the following Community Benefit themes:
" targeted recruitment and training for “disadvantaged” persons unemployed for over 6 months;
" work placement opportunities for 14- 16-year olds;
" graduate placements.
(SC Ref:669536)
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