Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
UK
Contact person: June Cairns
Telephone: +44 1475650370
E-mail: june.cairns@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.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
EXAMINATION, TESTING & CERTIFICATION OF SHIPS GANGWAYS, ONBOARD LIFTING EQUIPMENT AND ASSOCIATED LIFTING ACCESSORIES
Reference number: AM21-081
II.1.2) Main CPV code
50241200
II.1.3) Type of contract
Services
II.1.4) Short description
CalMac Ferries Ltd requires an external supplier(s) to ensure that all Ships Gangways, Onboard Lifting Equipment, and Associated Lifting Accessories are and remain compliant with both legal and contractual requirements.
CFL must ensure that all gangways under their responsibility and currently used at ports serviced by the fleet are assessed as safe for use and fit for purpose at all times. This is also the case for all lifting equipment used onboard the vessels and all associated lifting accessories. This will be achieved by conducting mandatory six-monthly, annual, or five-yearly testing as required for the type of equipment.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.2) Description
Lot No: 1
II.2.1) Title
Ships Gangways and Associated Port Lifting Accessories
II.2.2) Additional CPV code(s)
42400000
50410000
71630000
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
CalMac Ferries Ltd requires a supplier to ensure that all Ships Gangways, Onboard Lifting Equipment, and Associated Lifting Accessories are and remain compliant with both legal and contractual requirements.
CFL must ensure that all gangways under their responsibility and currently used at ports serviced by the fleet are assessed as safe for use and fit for purpose at all times. This is also the case for all lifting equipment used onboard the vessels and all associated lifting accessories. This will be achieved by conducting mandatory six-monthly, annual, or five-yearly testing as required for the type of equipment.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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
Lot No: 2
II.2.1) Title
Small & Intermediate Vessels Lifting Equipment & Associated Lifting Accessories
II.2.2) Additional CPV code(s)
42400000
50410000
71630000
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
CalMac Ferries Ltd requires a supplier to ensure that all Onboard Lifting Equipment and Associated Lifting Accessories are and remain compliant with both legal and contractual requirements.
CFL must ensure that all lifting equipment used onboard the vessels and all associated lifting accessories are assessed as safe for use and fit for purpose at all times. This will be achieved by conducting mandatory six-monthly, annual, or five-yearly testing as required for the type of equipment.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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
Lot No: 3
II.2.1) Title
Major Vessels Lifting Equipment & Associated Lifting Accessories
II.2.2) Additional CPV code(s)
42400000
50410000
71630000
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
CalMac Ferries Ltd requires a supplier to ensure that all Onboard Lifting Equipment and Associated Lifting Accessories are and remain compliant with both legal and contractual requirements.
CFL must ensure that all lifting equipment used onboard the vessels and all associated lifting accessories are assessed as safe for use and fit for purpose at all times. This will be achieved by conducting mandatory six-monthly, annual, or five-yearly testing as required for the type of equipment.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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 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:
2021/S 000-019176
Section V: Award of contract
Lot No: 1
Contract No: AM21-081
Title: Ships Gangways and Associated Port Lifting Accessories
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section V: Award of contract
Lot No: 2
Contract No: AM21-081
Title: Small & Intermediate Vessels Lifting Equipment & Associated Lifting Accessories
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section V: Award of contract
Lot No: 3
Contract No: AM21-081
Title: Major Vessels Lifting Equipment & Associated Lifting Accessories
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section VI: Complementary information
VI.3) Additional information
CalMac Ferries Limited reserves the right not to conclude any contract(s) for this Procurement.
The estimated value of the initial contract term (24 months) is 200,500GBP. This is the estimated value for all 3 Lots. The estimated value of each Lot for the initial 24 months is as follows;
Lot 1 42500 GBP
Lot 2 70,000 GBP
Lot 3 88,000 GBP
Estimated value of the 2 x 12 month optional extensions is 200,500 GBP for all 3 Lots.
Questions in the ITT will be scored using the following methodology;
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.
Award Criteria can be found in the Tender Document along with appropriate weightings
(SC Ref:675191)
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court House
1 Nelson Street
Greenock
PA15 1TR
UK
Telephone: +44 1475787073
VI.5) Date of dispatch of this notice
26/11/2021