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