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

PROVISION OF SPECIAL WASTE AND WASTE ELECTRICAL AND ELECTRONIC EQUIPMENT SERVICES

  • First published: 23 March 2024
  • Last modified: 23 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-044bc9
Published by:
CalMac Ferries Ltd
Authority ID:
AA77167
Publication date:
23 March 2024
Deadline date:
03 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

CalMac Ferries Ltd are looking to award a single supplier the Contract for Waste Services for Special Waste and Waste Electrical and Electronic Equipment Services. This contract will ensure that waste across the CalMac sites is maintained 12-months of the year.

This will ensure that the business not only comply with Waste, Procurement and EU Legislation but also are able to achieve CFL’s corporate ‘green’ objective to consolidate waste management processes across the organisation.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Calmac Ferries Ltd

Ferry Terminal, The, Gourock

Gourock

PA19 1QP

UK

Contact person: Ryan Armour

E-mail: Ryan.Armour@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

PROVISION OF SPECIAL WASTE AND WASTE ELECTRICAL AND ELECTRONIC EQUIPMENT SERVICES

Reference number: CSSP23-128

II.1.2) Main CPV code

90524100

 

II.1.3) Type of contract

Services

II.1.4) Short description

CalMac Ferries Ltd are looking to award a single supplier the Contract for Waste Services for Special Waste and Waste Electrical and Electronic Equipment Services. This contract will ensure that waste across the CalMac sites is maintained 12-months of the year.

This will ensure that the business not only comply with Waste, Procurement and EU Legislation but also are able to achieve CFL’s corporate ‘green’ objective to consolidate waste management processes across the organisation.

II.1.5) Estimated total value

Value excluding VAT: 380 227.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

90524100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

CalMac Ferries Ltd are looking to award a single supplier the Contract for special waste and WEEE services across the CFL network. This contract will ensure that waste across the CalMac sites is maintained 12-months of the year.

This will ensure that the business not only comply with Waste, Procurement and EU Legislation but also are able to achieve CFL’s corporate ‘green’ objective to consolidate waste management processes across the organisation.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality/Technical / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 380 227.00  GBP

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:

There will be a two 12-month extension options available.

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.1.2) Economic and financial standing

List and brief description of selection criteria:

The Bidder must provide its (general) yearly turnover for the last 3 financial years.

The Bidder must provide its (specific) yearly turnover in the business area(s) covered by the contract for the last 3 financial years.

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 million GBP;

Public Liability Insurance - 5 million GBP;

Product Liability Insurance - 5 million GBP

Professional Risk Indemnity Insurance - 5 million GBP


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

Date: 03/05/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 03/05/2024

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:

These services are regularly required and the intention to re-tender in the next 2-4 years depending on utilisation of extension options.

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 54097. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community Benefits will apply to this contract due to the potential employment of local individuals.

(SC Ref:761629)

VI.4) Procedures for review

VI.4.1) Review body

Scottish Courts and Tribunals Services

Sherriff Court House

Greenock

PA15 1TR

UK

VI.5) Date of dispatch of this notice

22/03/2024

Coding

Commodity categories

ID Title Parent category
90524100 Clinical-waste collection services Medical waste 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:
Ryan.Armour@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.