Contract notice
Section I: Contracting
authority
I.1) Name and addresses
CalMac Ferries Limited
CalMac Ferries Limited, Ferry Terminal
Gourock
PA19 1QP
UK
Contact person: Claire Galloway
Telephone: +44 01475650230
E-mail: claire.galloway@calmac.co.uk
NUTS: UKM
Internet address(es)
Main address: http://www.calmac.co.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Ferry Operator
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Electronic Chart Display and Information Systems (ECDIS)
Reference number: AMRE23-002
II.1.2) Main CPV code
34933000
II.1.3) Type of contract
Supplies
II.1.4) Short description
CFL wish to set up a framework for the provision of Electronic Chart Display and Information Systems (ECDIS) for up to 6 vessels. The framework will include the design, supply, install and testing of the system as well as training for use.
II.1.5) Estimated total value
Value excluding VAT:
300 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
34933000
38110000
63724000
34930000
72212324
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
CFL wish to set up a framework for 36 months for the provision of Electronic Chart Display and Information Systems. The aim is to upgrade 6 vessels within this period. The framework will include design, supply, installation and testing of the system as well as training to use.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Contract may be renewed in order to cover more vessels
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The 5 highest scoring participants of the SPD will be invited to the full tender
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.1.2) Economic and financial standing
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about 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:
04/09/2023
Local time: 10:30
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
18/09/2023
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
This will reviewed towards the end of the framework agreement. The framework is anticipated to last 36 months with the option to extend by up to further 12 months.
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 24865.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 24865. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:740775)
VI.4) Procedures for review
VI.4.1) Review body
Greenock Sheriff Court
1 Nelson St
Greenock
PA15 1TR
UK
VI.5) Date of dispatch of this notice
04/08/2023