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 Award Notice

EXAMINATION, TESTING & CERTIFICATION OF SHIPS GANGWAYS, ONBOARD LIFTING EQUIPMENT AND ASSOCIATED LIFTING ACCESSORIES

  • First published: 27 November 2021
  • Last modified: 27 November 2021

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:
Published by:
CalMac Ferries Limited
Authority ID:
AA21565
Publication date:
27 November 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
50241200 Ferry repair services Repair and maintenance services of ships
42400000 Lifting and handling equipment and parts Industrial machinery
50410000 Repair and maintenance services of measuring, testing and checking apparatus Repair and maintenance services of medical and precision equipment
71630000 Technical inspection and testing services Technical testing, analysis and consultancy 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:
june.cairns@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.