Tender

Supply of Chart and Publication Management Services

  • CalMac Ferries Limited

F02: Contract notice

Notice identifier: 2024/S 000-039090

Procurement identifier (OCID): ocds-h6vhtk-04c23b

Published 4 December 2024, 3:02pm



The closing date and time has been changed to:

10 January 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

Contact

Wojciech Smagiel

Email

wojciech.smagiel@calmac.co.uk

Telephone

+44 7872814843

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

https://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

https://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

https://www.publictendersscotland.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

Supply of Chart and Publication Management Services

Reference number

CSSP24-135

two.1.2) Main CPV code

  • 34933000 - Navigation equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

The purpose of this procurement exercise is to enter into a contractual arrangement for the supply of charts and publications management services to the 35 vessels in the CalMac Ferries fleet. Vessels require charts and publications for ensuing safety, compliance, and efficiency of maritime navigation.

two.1.5) Estimated total value

Value excluding VAT: £290,185

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 63724000 - Navigation services
  • 38100000 - Navigational and meteorological instruments
  • 38110000 - Navigational instruments

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
  • UKD7 - Merseyside

two.2.4) Description of the procurement

The purpose of this procurement exercise is to enter into a contractual arrangement for the supply of charts and publications management services to the 35 vessels in the CalMac Ferries fleet. Vessels require charts and publications for ensuing safety, compliance, and efficiency of maritime navigation.

two.2.5) Award criteria

Quality criterion - Name: Quality/Technical / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £290,185

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

2 x 12 months extension options

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

N/A

three.1.2) Economic and financial standing

List and brief description of selection criteria

The Bidder must provide its (general) yearly turnover for the last 3 financial years.

The Bidder must provide its (specific) yearly turnover in the business area(s) covered by the contract for the last 3 financial years.

The Bidder must provide suitable financial ratio information.

It is a requirement of this contract that Bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below.

Minimum level(s) of standards possibly required

Minimum annual turnover - 580370.00 GBP

Employer's (Compulsory) Liability Insurance = 5 million GBP;

Public Liability Insurance - 5 million GBP;

Product Liability Insurance - 5 million GBP

Professional Risk Indemnity Insurance - 5 million GBP

The following ratios must be confirmed based on your latest set of published accounts.

1- Return on Capital Employed: must be at a ratio greater than “0”

2- Acid Test (Current Ratio): Current Ratio must be greater than “1”

3- Gearing: Gearing must be a figure of less than 100%

4- Interest Coverage: Interest Coverage must be a figure of 2 or above

has context menu

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards in accordance with BS EN ISO 9001:2015 (or equivalent) or produce other means of proof concerning the quality assurance schemes.

Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required health and safety standards in accordance with BS OHSAS 18001:2007 Health & Safety Management Systems or working towards ISO 45001:2018 Occupational Health & Safety Management System (or equivalent) or produce other means of proof concerning the health and safety standards.

Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards in accordance with BS EN ISO 14001:2015 (or equivalent) or produce other means of proof concerning required environmental management systems or standards.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

N/A


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.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

6 January 2025

Local time

12:00pm

Changed to:

Date

10 January 2025

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) 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

6 January 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: December 2028

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

Previous tender reference: TED32/2020-178712

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28182. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:784921)

six.4) Procedures for review

six.4.1) Review body

Scottish Courts and Tribunals Services

Sherriff Court House

Greenock

PA15 1TR

Country

United Kingdom