Construction Contract Leads
No location provided
Category Goods
Type
No. of Lots 1
Status Active
Published 4th Dec 2024
Reference | ocds-h6vhtk-04c23b |
Common Procurement Vocabulary | Navigation equipment |
Procurement Method | Open procedure |
Value | £290,185 |
No location provided
Category Goods
Type
No. of Lots 1
Status Active
Published 4th Dec 2024
Reference | ocds-h6vhtk-04c23b |
Common Procurement Vocabulary | Navigation equipment |
Procurement Method | Open procedure |
Value | £290,185 |
Section I: Contracting authority
I.1) Name and addresses
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
Contact
Wojciech Smagiel
wojciech.smagiel [at] calmac.co.uk
Telephone
+44 7872814843
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
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity
Ferry operator
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply of Chart and Publication Management Services
Reference number
CSSP24-135
II.1.2) Main CPV code
- 34933000 - Navigation equipment
II.1.3) Type of contract
Supplies
II.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.
II.1.5) Estimated total value
Value excluding VAT: £290,185
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 63724000 - Navigation services
- 38100000 - Navigational and meteorological instruments
- 38110000 - Navigational instruments
II.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UKD7 - Merseyside
II.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.
II.2.5) Award criteria
Quality criterion - Name: Quality/Technical / Weighting: 50
Price - Weighting: 50
II.2.6) Estimated value
Value excluding VAT: £290,185
II.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
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.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
III.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
III.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.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
N/A
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.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
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
6 January 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.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)
IV.2.7) Conditions for opening of tenders
Date
6 January 2025
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: December 2028
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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)
VI.4) Procedures for review
VI.4.1) Review body
Scottish Courts and Tribunals Services
Sherriff Court House
Greenock
PA15 1TR
Country
United Kingdom