Contract notice
Section I: Contracting
authority
I.1) Name and addresses
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
UK
Telephone: +44 1475650243
E-mail: alison.ure@calmac.co.uk
Fax: +44 1475650243
NUTS: UKM
Internet address(es)
Main address: 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:
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Other: Ferry Operator - Transport
I.5) Main activity
Other: Ferry Operator - Transport
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Office Cleaning Services at Gourock
Reference number: CSHS22-118
II.1.2) Main CPV code
90900000
II.1.3) Type of contract
Services
II.1.4) Short description
CalMac Ferries Limited (CFL), is seeking to enter a contractual agreement with a suitably experienced Contractor with high quality standards and robust procedures in place to deliver the provision of cleaning services. These services are required at the following locations:
- Port Offices and Waiting Room, Gourock, PA19 1QP;
- Faulds Park, Gourock, PA19 1FB;
Each location has its own unique set of requirements which will be listed in the Scope of Requirements within the Invitation to Tender document.
II.1.5) Estimated total value
Value excluding VAT:
233 604.00
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:
UKM83
II.2.4) Description of the procurement
CalMac Ferries Limited (CFL), is seeking to enter a contractual agreement with a suitably experienced Contractor with high quality standards and robust procedures in place to deliver the provision of cleaning services. These services are required at the following locations:
- Port Offices and Waiting Room, Gourock, PA19 1QP;
- Faulds Park Offices, Gourock, PA19 1FB;
Each location has its own unique set of requirements and these will be detailed in the Scope of Requirements within the Invitation to Tender document.
The successful Contractor will be required to:
- adhere to a relevant set of KPI’s;
- Manager to attend CFL sites at Gourock for a mandatory on-site weekly audit;
- pay employers Scottish Living Wage to achieve required fair work standards.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical and Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
230 000.00
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:
Option to extend for a further two 12 month periods
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 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:
- Statements including the specific requirements can be found within Section III.1.2 and III.1.3 of the Contract Notice.
- Economic Operator must pass the minimum standards sections of the SPD (Scotland).
Qualification Envelope: Part 3, Section A, B, C, D will be scored on a pass/fail basis and Part 4 Section C shall be weighted questions. 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: Part 4 Section C 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.
The responses to the questions in Part 4C.Technical and Professional Ability will be weighted the following way:
1. Demonstrate previous experience/capacity/capability in delivering high quality standards with robust procedures similar to CFL’s requirements. (Weighting 60%)
2. Demonstrate what benefits an on-site weekly attendance brought to the services you have provided similar to CFL’s requirement. (Weighting 40%)
3. Provide a minimum of 3 customers, that your organisation has previously and successfully provided cleaning services for similar to CFL’s requirements. Your response must include as a minimum; a) Your Customer’s name and Contract Value over term b) a brief description of services you provided.
CFL will take a minimum of three highest scoring bidders through and they will be invited to submit a 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
II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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:
Please refer to these statements when completing section 4B of the SPD (Scotland)
Statement for 4B.4:
Bidders must provide its ('general') yearly turnover for the last 3 (three) financial years.
Bidders must provide their ("specific") yearly turnover for the last 3 (three) 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 Indemnity Insurance = 5 million GBP
III.1.3) Technical and professional ability
Minimum level(s) of standards required:
Statement for 4.D.1: 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
Statement for 4.D.1: 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
Statement for 4.D.2: 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
III.2.2) Contract performance conditions
Tenderers must pass the minimum standards sections of the SPD (Scotland). Part 3, sections B, C and D of Part 4 will be scored on a pass/fail basis on the Qualification Envelope. Part 4C of the Technical Envelope will be scored questions.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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:
2019/S 049-112707
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
12/06/2023
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
12/07/2023
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: 6 (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:
Approx. 4 years from date of award.
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
CFL's Conditions of Contract will be published with the ITT document.
Please note the following has been removed from SPD document: 2A Lots; 4B.1.2, 4B.2.2 & 4B.4 Economic and Financial Standing; 4E Global Question.
Economic Operators should note that the conditions of the procurement include (but are not limited to) the following:
-The eligibility requirements in this Contract Notice will apply to the procurement at all times. Economic Operators may be excluded from this competition if the Economic Operator no longer meets the selection criteria set out in the Contract Notice at any stage during the competition and/or there is a change in identity, control, financial standing or other factor impacting on the selection process affecting the Economic Operator;
-CFL is subject to the requirements of the Freedom of Information (Scotland) Act 2002 and the Environmental Information (Scotland) Regulations 2004. Accordingly, all information submitted to CFL may need to be disclosed and/or published by it in response to a request under FOISA or the EIRs;
-Economic Operators will remain responsible for all costs and expenses incurred by them in connection. CFL will not be liable to reimburse or compensate any costs incurred in connection with an Economic Operator’s participation in this competition, including any costs or other liability in respect of the cancellation of the process.
CFL reserves the right not to award a contract pursuant to this procurement and to cancel the procurement at any point without liability.
Tenderers should note that CFL intends to ask questions at the ITT stage, these questions form a small part within a broader question base.
The award criteria questions and weightings will be published in the ITT. Tenderers will be expected to demonstrate capability.
These ITT questions shall be grouped as either belonging to mandatory Pass/Fail type questions or questions which shall be scored and weighted.
Where a supplier has been assessed to have failed a Pass/Fail question their tender submission shall be deemed non-compliant and excluded from that point forward.
Questions in the ITT will be scored using the following methodology:
100 - 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 - 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 - 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 - 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 - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
Award Criteria questions can be found in the ITT together with the weightings.
COMPETITIVE PROCEDURE WITH NEGOTIATION EXPLANATION - Competitive Procedure with Negotiation (CPN) this is a two-stage procedure run in a similar way to a Restricted procedure. This requires interested parties to complete a pre-qualification stage by submitting a Single Procurement Document (SPD) before being invited to submit a tender. This down selection process allows CFL to limit the number of parties receiving the full tender and moving forward to the negotiation phase(s).
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 6161. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:731213)
VI.4) Procedures for review
VI.4.1) Review body
Greenock Sherriff Court
Greenock
PA15
UK
Internet address(es)
URL: www.calmac.co.uk
VI.5) Date of dispatch of this notice
12/05/2023