II.2.2) Additional CPV code(s)
63521000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
CalMac Ferries Ltd (CFL) operates a fleet of 33 vessels running to over 50 ports and harbours throughout the Scottish West Coast and Islands.
Each vessel undergoes annual maintenance and overhaul, as a result of this the company is required to import items such as mechanical spares , components and machinery. In rare circumstances CFL is required to export components to manufacturers located in mainland Europe.
Due to the nature of our operations, CFL requires to enter into Agreement with a supplier that can provide a re-active and fast-paced service which includes out-of-hours support.
At a high-level, CalMac is seeking the following services:
- Upon receiving the appropriate shipping documentation from CFL, the supplier will investigate and prepare necessary freight quotations based on requirements (courier, road freight, air freight, sea freight, urgent dedicated vehicle). This could include providing multiple options for CFL’s review.
- Once confirmation and instructions have been provided by CFL, the supplier will be required to progress a collection and delivery, they will liaise with the freight forwarder of choice to organise collection and provide any necessary documentation (e.g. AWB, Bill of Lading etc). At this point, the supplier will advise of any missing documentation that could hold up delivery.
- CFL will issue customs clearance instructions that the supplier will then use in line with the CDS system to ensure smooth delivery and no issues with customs clearance.
-The supplier will ensure that end to end delivery is made to the destination of choice and keep CFL updated on any issues that need to be resolved (e.g. missed collections, missing documentation).
- The provider will then invoice accordingly ensuring that the PO number is listed on the invoice.
- The provide must also provide access to Management Reporting data to enable identification of trends which will be discussed with a CFL Contract Manager. Prior to Contract Management meetings the supplier will be required to complete a scorecard and must provide insight into current and potential issues that may affect the movement of international goods.
- A full and detailed specification can be found on the Public Contracts Scotland - Tender portal.
II.2.5) Award criteria
Criteria below:
Quality criterion: 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:
After the initial Term of 24 months there will be the option to extend by up to a further 24 months, this may be split into 2 x 12 month periods.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
This Procurement will be conducted through the use of the Competitive Procedure with Negotiation(CPN). All queries about this procurement must be made via the PCS-Tender messaging system.
The process to be applied will be:
- Economic Operator must pass the minimum standards sections of the ESPD (Scotland).
Qualification Envelope:
If any question subject to ‘pass/fail’ scoring be scored ‘fail’ the entire submission may be set aside and take no further
part in the competition.
Technical Envelope: The Technical Envelope of the SPD (Scotland) will be scored in the following way:
0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
25 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains
insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.
50 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and
skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar
nature.
75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or
skills/capacity/capability relevant to providing similar services to similar clients.
100- Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates
thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No