web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Gourock: FA for the Supply and Commissioning of Sewage Treatment Tanks for Various Vessels

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2019/S 157-387028/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: CalMac Ferries Ltd
Postal address: Ferry Terminal
Town: Gourock
Postal code: PA19 1QP
Country: United Kingdom
Contact Person: Nicholas Donnelly
Telephone: +44 1475650370
Email: nicholas.donnelly@calmac.co.uk
Fax: +44 1475650321
Internet address(es):
Main address: www.calmac.co.uk
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity: Ferry Operator, Transport

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: FA for the Supply and Commissioning of Sewage Treatment Tanks for Various Vessels
II.1.2) Main CPV code: 42996000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Framework agreement for the supply and commissioning of sewage treatment tanks.
II.1.5) Estimated total value:
Value excluding VAT: 400000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
42996000

II.2.3) Place of performance
Nuts code: UKM
II.2.4) Description of the procurement:
Framework agreement for the supply and commissioning of sewage treatment tanks onboard major vessels.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 400000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:Possible 1 x 12-month extension.

II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
Minimum level(s) of standards possibly required: Please refer to these statements when completing section 4B of the ESPD (Scotland).
Statement for 4B.4:
Bidders must demonstrate a return on capital employed at a ratio of greater than zero.
Ratio will be calculated as follows: net profit after tax divided by net assets (total assets less current liabilities).
Bidders must demonstrate a current ratio of greater than 1.
Current ratio will be calculated as follows: net current assets divided by net current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
Statement for 4B.1.1:
The bidders must provide its (‘general’) yearly turnover for the latest 3 financial years.
Statement for 4B.5.1-3:
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:
— employer’s (compulsory) liability insurance = 5 000 000 GBP,
— public liability insurance = 5 000 000 GBP,
— product liability insurance = 5 000 000 GBP,
— professional indemnity insurance = 5 000 000 GBP.
Contractor should purchase any other insurance cover as necessary, taking into account the terms and conditions of this contract.

Minimum level(s) of standards possibly required:Statement for 4.D.1: 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.
Statement for 4.D.1: 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 and safety management systems or working towards ISO 45001:2018 occupational health and safety management system (or equivalent) or produce other means of proof concerning the health and safety standards.
Statement for 4.D.2: 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.

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 operatorIV.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: 2019-09-16 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:36(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2019-09-16 Local time: 12:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
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 vessels are on average require being in dock for 2 to 3 weeks with Small vessels on average between 1 and 2 weeks but may be longer depending on work scope.
Question scoring methodology for selection criteria: pass/fail.
Award criteria questions can be found in the ITT together with the weightings.
Award scoring methodology will be the following:
0 = Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
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.
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.
75 = Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
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.
All tender information is available from Public Contracts Scotland-Tender website, project code 14260, ITT code 31570
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 14260
For more information see:
(SC Ref:594040)
VI.4) Procedures for review
VI.4.1) Review body
Official name: CalMac Ferries Ltd
Postal address: Ferry Terminal
Town: Gourock
Postal code: PA19 1QP
Country: United Kingdom
Telephone: +44 1475650252
Fax: +44 1475650330
Internet address: www.calmac.co.uk
VI.5) Date of dispatch of this notice:2019-08-13