Notice Information
Notice Title
M.V. Argyle and M.V.Bute Accommodation Upgrade
Notice Description
Additional accommodation to be installed on vessels "MV Argyle" and procurement of materials for accommodation upgrade of the vessel 'MV Bute' to be installed during the vessels annual overhaul at a date which is not yet defined. The intended period for the upgrade to be undertaken for the M.V. Argyle is between the 16th April 2018 and the 24th April 2018.
Lot Information
Lot 1
CalMac Ferries Limited, is seeking to enter a Contract with a suitably qualified and experienced supplier for additional accommodation to be installed on vessel "MV Argyle" and procurement of materials for accommodation upgrade of the vessel 'MV Bute' to be installed during the vessels annual overhaul at a date which is not yet defined. The installation work for the MV Bute is excluded from this scope of work. The installation work for the M.V. Bute will be carried out at the vessels Annual Overhaul and included in the dry dock specification which will be carried out by the successful yard. The additional accommodation for the 'MV Argyle' shall comprise of one additional cabin for one officer and one wet unit, including shower for ships personnel. The additional structure required shall be added aft of the existing wheelhouse. The intended period for the upgrade to be undertaken for the M.V. Argyle is between the 16th April 2018 and the 24th April 2018. The material procurement for the 'MV Bute' shall compromise of all materials and outfitting items required to complete one additional cabin for one officer and one wet unit, including a shower for ships personnel. In the event that the CONTRACTOR is unable to execute the 'MV Argyle' scope of works in the dates specified above the CONTRACTOR shall then undertake procurement and storage (option) of the materials for both the 'MV Argyle' & 'MV Bute'. The successful contractor (hereafter CONTRACTOR) will be appointed by CFL to undertake the Scope of Works (including the project management) required for this installation project and attain CFL, Lloyds Register Classification Society (hereafter Lloyds) and the Marine & Coastguard Agency's (hereafter MCA) fullest satisfaction.. 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000526670
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN307117
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50241200 - Ferry repair services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Jan 20188 years ago
- Submission Deadline
- 1 Feb 2018Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CALMAC FERRIES LIMITED
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- GOUROCK
- Postcode
- PA19 1QP
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Inverclyde
- Electoral Ward
- Inverclyde West
- Westminster Constituency
- Inverclyde and Renfrewshire West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN307117
M.V. Argyle and M.V.Bute Accommodation Upgrade - Additional accommodation to be installed on vessels "MV Argyle" and procurement of materials for accommodation upgrade of the vessel 'MV Bute' to be installed during the vessels annual overhaul at a date which is not yet defined. The intended period for the upgrade to be undertaken for the M.V. Argyle is between the 16th April 2018 and the 24th April 2018.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000526670-2018-01-19T00:00:00Z",
"date": "2018-01-19T00:00:00Z",
"ocid": "ocds-r6ebe6-0000526670",
"initiationType": "tender",
"parties": [
{
"id": "org-57",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM83",
"postalCode": "PA19 1QP"
},
"contactPoint": {
"name": "Muriel Markie",
"email": "muriel.markie@calmac.co.uk",
"telephone": "+44 1475650252",
"faxNumber": "+44 1475650330",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Operator (Transport)",
"scheme": "COFOG"
}
],
"url": "http://www.calmac.co.uk"
}
}
],
"buyer": {
"name": "CalMac Ferries Limited",
"id": "org-57"
},
"tender": {
"id": "ITT 22049",
"title": "M.V. Argyle and M.V.Bute Accommodation Upgrade",
"description": "Additional accommodation to be installed on vessels \"MV Argyle\" and procurement of materials for accommodation upgrade of the vessel 'MV Bute' to be installed during the vessels annual overhaul at a date which is not yet defined. The intended period for the upgrade to be undertaken for the M.V. Argyle is between the 16th April 2018 and the 24th April 2018.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "50241200",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Inverclyde"
},
"deliveryAddresses": [
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-02-01T15:00:00Z"
},
"awardPeriod": {
"startDate": "2018-02-01T15:00:00Z"
},
"documents": [
{
"id": "JAN307117",
"documentType": "contractNotice",
"title": "M.V. Argyle and M.V.Bute Accommodation Upgrade",
"description": "Additional accommodation to be installed on vessels \"MV Argyle\" and procurement of materials for accommodation upgrade of the vessel 'MV Bute' to be installed during the vessels annual overhaul at a date which is not yet defined. The intended period for the upgrade to be undertaken for the M.V. Argyle is between the 16th April 2018 and the 24th April 2018.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN307117",
"format": "text/html"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"lots": [
{
"id": "1",
"description": "CalMac Ferries Limited, is seeking to enter a Contract with a suitably qualified and experienced supplier for additional accommodation to be installed on vessel \"MV Argyle\" and procurement of materials for accommodation upgrade of the vessel 'MV Bute' to be installed during the vessels annual overhaul at a date which is not yet defined. The installation work for the MV Bute is excluded from this scope of work. The installation work for the M.V. Bute will be carried out at the vessels Annual Overhaul and included in the dry dock specification which will be carried out by the successful yard. The additional accommodation for the 'MV Argyle' shall comprise of one additional cabin for one officer and one wet unit, including shower for ships personnel. The additional structure required shall be added aft of the existing wheelhouse. The intended period for the upgrade to be undertaken for the M.V. Argyle is between the 16th April 2018 and the 24th April 2018. The material procurement for the 'MV Bute' shall compromise of all materials and outfitting items required to complete one additional cabin for one officer and one wet unit, including a shower for ships personnel. In the event that the CONTRACTOR is unable to execute the 'MV Argyle' scope of works in the dates specified above the CONTRACTOR shall then undertake procurement and storage (option) of the materials for both the 'MV Argyle' & 'MV Bute'. The successful contractor (hereafter CONTRACTOR) will be appointed by CFL to undertake the Scope of Works (including the project management) required for this installation project and attain CFL, Lloyds Register Classification Society (hereafter Lloyds) and the Marine & Coastguard Agency's (hereafter MCA) fullest satisfaction.. 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.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 270
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2018-02-01T15:00:00Z"
},
"contractTerms": {
"performanceTerms": "Tenderers must pass the minimum standards sections, Part 3, sections B of Part 4 plus procurement specific question 1.96.1 M.V. Argyle and M.V Bute accommodation upgrade checklist"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to these statements when completing section 4B of the ESPD (Scotland) Statement for 4B.4 Bidders must demonstrate a return on capital employed at a ratio of greater than zero. Ratio will be calculated as follows: net profit after tax divided by net assets (total assets less current liabilities). Bidders must demonstrate a Current Ratio of greater than 1. Current Ratio will be calculated as follows: net current assets divided by net current liabilities. There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing. Statement for 4B.1.1 The Bidders must provide its ('general') yearly turnover for the latest 3 financial years Statement for 4B.5.1-3. 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 = 10 million GBP Public Liability Insurance = 5 million GBP Product Liability Insurance = 5 million GBP Professional Indemnity Insurance = 5 million GBP"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"classification": {
"id": "50241200",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "Question scoring methodology for Selection Criteria: pass/fail Award Criteria questions can be found in the ITT together with the weightings. Award scoring methodology will be the following: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 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. 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. 75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled 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. All tender information is available from Public Contracts Scotland-Tender website, Project Code 9998, ITT Code 22049 Tenderers should note that the following questions have been deleted from the ESPD (Qualification Envelope) and are not required for the purposes of this procurement - Part 1 Information about the Procurement Procedure 2A15.1; 2A15.2 Supported Business Part 2A 2A.16; 2A16.2; 2A16.3; 2A16.4; 2A16.5; 2A16.6 - Official Lists and Certification Part 2A 2A.17; 2A17.1; 2A17.2; 2A17.3; 2A17.4 - Form of Participations Part 2A 2A.18 Lots Part 2B 2B.2; 2B.3; 2B.9 - Information about Representatives of the Bidder. Part 2C 2C.1; 2C1.1 - Reliance on the capacities of other entities Part 2D 2D1.2 Subcontractors Part 4A 4A.1; 4A1.1 - Trade Register Part 4A 4A.2; 4A2.1; 4A2.2 4A2.3 - Service Contracts Part 4B 4B1.2; 4B2.1; 4B2.2; 4B2.3 4B6; 4B6.1 - Economic and Financial Standing Part 4C All questions - Technical & Professional Ability Part4C All questions - Works Part 4C All questions - Services Part 4C All questions - Technicians and Technical Bodies Part 4C All questions - Qualifications Part 4C 4C.7 - Environmental Management Part 4C All questions - Manpower Part 4C 4C.9 - Equipment Part 4C 4C.10 - Subcontracting Part 4C All questions - Products Part 4C All questions - Quality Control Part 4D All questions - Quality Assurances Schemes Part 4D All questions - Environmental Management Standards Part4E - Global Question Part 5 All questions- Reduction of the number of qualified candidates The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 9998. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:526670)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000526670"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}