Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Cleaning Services at Oban

  • First published: 06 March 2024
  • Last modified: 06 March 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04457b
Published by:
CalMac Ferries Limited
Authority ID:
AA21565
Publication date:
06 March 2024
Deadline date:
04 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

CalMac Ferries Ltd (CFL), a subsidiary of David MacBrayne Limited, is seeking to enter a contractual agreement with a suitably experienced Contractor for the provision of office and vessel cleaning services.

- Oban Ferry Terminal PA34 4DB – Office Areas, Waiting Room & Window Cleaning.

- MV Loch Frisa, Oban PA34 4DB.

Each location has its own unique set of requirements and these are detailed within each of the specifications provided in the attachment area.

This will be awarded to a single contractor.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

CalMac Ferries Limited

The Ferry Terminal

Gourock

PA19 1QP

UK

Contact person: Alison Ure

Telephone: +44 1475650243

E-mail: alison.ure@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

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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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: Ferry Operator

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Cleaning Services at Oban

Reference number: CSHS23-126

II.1.2) Main CPV code

90910000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Cleaning Service for Oban Ferry Terminal and MV Loch Frisa, PA34 4DB.

II.1.5) Estimated total value

Value excluding VAT: 380 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

90910000

90911300

II.2.3) Place of performance

NUTS code:

UKM63


Main site or place of performance:

Oban Ferry Terminal & MV Loch Frisa, Oban, PA34 4DB

II.2.4) Description of the procurement

CalMac Ferries Ltd (CFL), a subsidiary of David MacBrayne Limited, is seeking to enter a contractual agreement with a suitably experienced Contractor for the provision of office and vessel cleaning services.

- Oban Ferry Terminal PA34 4DB – Office Areas, Waiting Room & Window Cleaning.

- MV Loch Frisa, Oban PA34 4DB.

Each location has its own unique set of requirements and these are detailed within each of the specifications provided in the attachment area.

This will be awarded to a single contractor.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical & Quality / 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:

Optional Extension of 2 x 12 months.

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

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:

It is a mandatory requirement that the successful Tenderer will be Real Living Wage accredited.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open 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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 005-006868

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 04/04/2024

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 tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 04/04/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Either 24 months or 48 months from commencement of Contract.

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

Please note the following have been removed from SPD:

Pt 2A Lots

Pt 2A Official List and Certification

Pt 4A Professional & Trade Register

Pt 4E Global Questions

Bidders should be able to provide insurances:

Professional Risk Indemnity: 5,000,000 GBP

Employer's (Compulsory) Liability: 5,000,000 GBP

Public Liability: 5,000,000 GBP

You may wish to advise your insurance company that employees will be in a marine environment.

Bidders will be scored on the following:

Understanding the Requirement 10%; Ensuring Quality 15%; Implementation Plan 10%; Contract Management 10%; Risk 10%; Business Continuity 15%; Previous Similar Experience 10%; Training 5%; Community Benefits 5%; Fair Work Practices 5%; Climate Change 5%.

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.

75 Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on 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.

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.

0 - Unacceptable Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26120. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:758403)

VI.4) Procedures for review

VI.4.1) Review body

Greenock Sherriff Court

1 Nelson Street

Greenock

PA15 1TR

UK

Telephone: +44 1475787073

E-mail: greenock@scotcourts.gov.uk

Fax: +44 1475787073

VI.4.2) Body responsible for mediation procedures

Greenock Sherriff Court

1 Nelson Street

Greenock

PA15 1TR

UK

Telephone: +44 1475787073

E-mail: greenock@scotcourts.gov.uk

Fax: +44 1475787073

VI.4.4) Service from which information about the review procedure may be obtained

Greenock Sherriff Court

1 Nelson Street

Greenock

PA15 1TR

UK

Telephone: +44 1475787073

E-mail: greenock@scotcourts.gov.uk

Fax: +44 1475787073

VI.5) Date of dispatch of this notice

05/03/2024

Coding

Commodity categories

ID Title Parent category
90910000 Cleaning services Cleaning and sanitation services
90911300 Window-cleaning services Accommodation, building and window cleaning services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
alison.ure@calmac.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.