Tender

Port and Associated Services for Major Vessels

  • CalMac Ferries Limited

F02: Contract notice

Notice identifier: 2021/S 000-029825

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

Published 1 December 2021, 3:35pm



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 01475650370

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.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