Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 3
Status Active
Published 7th Apr 2025
Reference | ocds-h6vhtk-048811 |
Common Procurement Vocabulary | Ferry repair services |
Procurement Method | Open procedure |
Value | - |
No location provided
Category Services
Type
No. of Lots 3
Status Active
Published 7th Apr 2025
Reference | ocds-h6vhtk-048811 |
Common Procurement Vocabulary | Ferry repair services |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
ruairidh.black [at] calmac.co.uk
Telephone
+44 7974884681
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
Framework Agreement for Marine Turbocharger Overhaul and Maintenance
II.1.2) Main CPV code
- 50241200 - Ferry repair services
II.1.3) Type of contract
Services
II.1.4) Short description
CFL has the requirement to enter into Agreement with Supplier(s) that are suitably experienced and qualified in providing overhaul and maintenance services for marine turbochargers.
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
Man B&W, and Napier Systems
Lot No
1
II.2.2) Additional CPV code(s)
- 34310000 - Engines and engine parts
II.2.3) Place of performance
NUTS codes
- UKM - Scotland
II.2.4) Description of the procurement
Overhaul and maintenance services on the following OEM specific systems.
Napier 357
Napier 307
Napier NT1-100
MAN B&W TCR20 41105
MAN B&W TCR 22-4
II.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The duration of 48 months comprises of an initial term of 24 months, followed by up to an additional 24 months extension option.
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
II.2) Description
II.2.1) Title
ABB, and Brown, Boveri & CIE (BBC) Systems
Lot No
2
II.2.2) Additional CPV code(s)
- 34310000 - Engines and engine parts
II.2.3) Place of performance
NUTS codes
- UKM - Scotland
II.2.4) Description of the procurement
Overhaul and maintenance services on the following OEM specific systems.
ABB TPS57-F32
Brown Boveri & Cie VTR 251-P2
Brown Boveri & Cie VTR 304-11
II.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
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
The duration of 48 months comprises of an initial term of 24 months, followed by up to an additional 24 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
II.2) Description
II.2.1) Title
KBB Systems
Lot No
3
II.2.2) Additional CPV code(s)
- 34311000 - Engines
II.2.3) Place of performance
NUTS codes
- UKM - Scotland
II.2.4) Description of the procurement
Overhaul and maintenance services on the following OEM specific systems.
KBB Type R4-3
KBB Type R3-2
KBB ST4
KBB ST5
II.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The duration of 48 months comprises of an initial term of 24 months, followed by up to an additional 24 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
Evidence of the following must be supplied during completion of the pre-qualification (SPD) stage.
ISO 9001 quality assurance.
Environmental management.
Health and safety management.
OEM trained/qualified technicians.
III.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Tenderers must confirm that they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below, it should be noted that CFL will require copies of insurance certificates:
Professional Risk Indemnity: GBP 5m for each claim
Employer's (Compulsory) Liability: GBP 5m for each claim
Public Liability: GBP 5m for each claim
Product Liability: GBP 5m for each claim
Tenderers must provide ratios based on the previous full financial year.
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
III.2) Conditions related to the contract
III.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 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 several operators
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-024684
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
9 May 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
Tender must be valid until: 29 August 2025
IV.2.7) Conditions for opening of tenders
Date
9 May 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: This requirement will be re-tendered upon completion of all agreed periods.
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28977. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
(SC Ref:795488)
VI.4) Procedures for review
VI.4.1) Review body
Greenock Sherift Court
1 Nelson Street
Greenock
PA15 1TR
Country
United Kingdom