Opportunity

Shipyard Detailed Design and Build Contract of RoPax Vessels

  • Caledonian Maritime Assets Ltd (Utility)

F02: Contract notice

Notice reference: 2022/S 000-030383

Published 27 October 2022, 3:39pm



Section one: Contracting authority

one.1) Name and addresses

Caledonian Maritime Assets Ltd (Utility)

Municipal Buildings, Fore Street

Port Glasgow

PA14 5EQ

Email

procurement@cmassets.co.uk

Telephone

+44 1475749920

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.cmassets.co.uk

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

Maritime Transport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Shipyard Detailed Design and Build Contract of RoPax Vessels

Reference number

CMAL0292

two.1.2) Main CPV code

  • 34500000 - Ships and boats

two.1.3) Type of contract

Supplies

two.1.4) Short description

The contract will be for the detailed design, construction, testing, survey, equipping, completion and delivery of two Ro-Pax ferries for UK domestic waters.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34510000 - Ships
  • 34512000 - Ships and similar vessels for the transport of persons or goods
  • 34512100 - Ferry boats

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The contract will be for the detailed design and build of passenger & vehicle ferries.

The successful contractor will develop detailed designs, calculations and drawings of the vessels in conjunction with the owner, the classification society, the UK flag state authority (where the ships will be registered) and any other relevant authorities, for approval.

The successful contractor will construct the vessels in accordance with the approved detailed designs, calculations and drawings.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

This contract is subject to renewal

No

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.1.2) Economic and financial standing

List and brief description of selection criteria

Full details can be found in the Invitation to Tender and the SPD (Scotland) which can be accessed through the website referred to in section I.3 of this Contract Notice.

The Tenderer must meet the minimum economic and financial standing criteria to pass.

Minimum level(s) of standards possibly required

(4B.6 SPD Statement):

CMAL will obtain a financial report from Dun & Bradstreet using the company registration numbers submitted by Tenderers (and where the Tenderer is a Consortium, for all members of their Consortium) with their response. If any Tenderer (including any Consortium member) is assessed as an overall business risk of “high”, the Tenderer will fail the economic and financial standing test.

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1.2: Tenderers will be required to provide examples that demonstrate that they have the relevant capability and experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice as further detailed in the ITT.

4C.4: If Tenderers intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.

4C.5: Bidders will be required to confirm that they will allow checks to be conducted on their production and technical capacities and on the quality control measures employed.

Minimum level(s) of standards possibly required

4C.1.2: In order to achieve a pass, the examples provided by Tenderers must be relevant and acceptable, demonstrating broad previous experience, knowledge, skills/capacity/capability relevant to the Project.

4C.4: A 'yes' response is required for a pass.

4C.5: a 'yes' response is required for a pass.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

CMAL will assign a full time Project Manager on the contract and assign a Site Supervision team at the shipyard to oversee the design and build of the vessel, with every step being closely monitored to ensure the delivery of a quality vessel. The CMAL site team will consist of experienced supervisors covering all major areas of the design and build of the vessel, such as steel, mechanical, outfitting, painting and electrical under the management of a Site Office Manager.

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

Date

6 December 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

Tender must be valid until: 5 April 2023

four.2.7) Conditions for opening of tenders

Date

6 December 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 invoicing will be accepted

Electronic payment will be used

six.3) Additional information

CMAL is committed to encouraging Fair Working Practices from their Suppliers and Contractors and bidders will be expected to commit to the Fair Work First criteria, as published by the Scottish Government.

III.1.4) Quality Assurance Schemes and Environmental Management Standards

List and brief description of selection criteria:

Bidders will be required to confirm that they have a quality assurance system in accordance with the requirements of BS EN ISO 9001:2015, or equivalent.

Bidders will be required to confirm that they will employ environmental management measures certified to BS EN ISO 14001:2015, or equivalent.

Bidders will be required to confirm that they have a health and safety management system complying with BS EN ISO 45001, or equivalent.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22592. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Clause is not appropriate for this procurement exercise.

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 Tenderer is required to detail the community benefits they will provide as part of this contract. The community benefits must relate to the communities in and around the geographical area that CMAL operates in.

(SC Ref:711521)

six.4) Procedures for review

six.4.1) Review body

Greenock Sheriff Court

1 Nelson Street

Greenock

PA15 1TR

Email

greenock@scotscourts.gov.uk

Telephone

+44 1475787073

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/greenock-sheriff-court-and-justice-of-the-peace-court