Tender

Provision of Office Cleaning Services for Brodick Ferry Terminal

CALMAC FERRIES LIMITED

This public procurement record has 1 release in its history.

Tender

18 Mar 2019 at 00:00

Summary of the contracting process

CalMac Ferries Limited is seeking tenders for the "Provision of Office Cleaning Services for Brodick Ferry Terminal," located in Brodick, UK. The procurement process is currently in the tender stage, with a submission deadline of 22 April 2019. The contract, valued at £403,600, follows an open procurement method and requires electronic submission of proposals. Interested bidders must comply with specific technical and financial criteria, including insurance requirements and certifications.

This tender presents a significant opportunity for cleaning service providers and facilities management companies looking to expand their operations. Businesses that specialise in office cleaning and maintenance, particularly those with experience in transport or public service environments, will find this tender especially relevant. Successful engagement in this contract could lead to further projects with CalMac Ferries Limited, given the potential for contract renewal over a period of up to two years.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of Office Cleaning Services for Brodick Ferry Terminal

Notice Description

CalMac Ferries Limited (CFL), a subsidiary of David MacBrayne Limited, is seeking to enter a contractual agreement with a suitably qualified and experienced Contractor for the provision of cleaning services at Brodick Ferry Terminal

Lot Information

Lot 1

CalMac Ferries Limited (CFL), a subsidiary of David MacBrayne Limited, is seeking to enter a contractual agreement with a suitably qualified and experienced Contractor for the provision of cleaning services at Brodick Ferry Terminal. The requirement is for office cleaning services and also public areas / waiting room cleaning.. 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.

Renewal: Option to extend for a further two 12 month periods.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000577701
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR348934
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90900000 - Cleaning and sanitation services

90910000 - Cleaning services

Notice Value(s)

Tender Value
£403,600 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Mar 20196 years ago
Submission Deadline
22 Apr 2019Expired
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

Contracting Authority (Buyer)

Main Buyer
CALMAC FERRIES LIMITED
Contact Name
Scott Angus
Contact Email
scott.angus@calmac.co.uk
Contact Phone
+44 1475656326

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
Not specified

Local Authority
Inverclyde
Electoral Ward
Inverclyde West
Westminster Constituency
Inverclyde and Renfrewshire West

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000577701-2019-03-18T00:00:00Z",
    "date": "2019-03-18T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000577701",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-35",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "name": "Scott Angus",
                "email": "scott.angus@calmac.co.uk",
                "telephone": "+44 1475656326",
                "faxNumber": "+44 1475650330",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Ferry Company",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Ferry Operator - Transport",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Ferry Operator - Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        }
    ],
    "buyer": {
        "name": "CalMac Ferries Limited",
        "id": "org-35"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000577701",
        "title": "Provision of Office Cleaning Services for Brodick Ferry Terminal",
        "description": "CalMac Ferries Limited (CFL), a subsidiary of David MacBrayne Limited, is seeking to enter a contractual agreement with a suitably qualified and experienced Contractor for the provision of cleaning services at Brodick Ferry Terminal",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "90910000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Brodick Ferry Terminal"
                },
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 403600,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-04-22T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-04-22T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAR348934",
                "documentType": "contractNotice",
                "title": "Provision of Office Cleaning Services for Brodick Ferry Terminal",
                "description": "CalMac Ferries Limited (CFL), a subsidiary of David MacBrayne Limited, is seeking to enter a contractual agreement with a suitably qualified and experienced Contractor for the provision of cleaning services at Brodick Ferry Terminal",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR348934",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "CalMac Ferries Limited (CFL), a subsidiary of David MacBrayne Limited, is seeking to enter a contractual agreement with a suitably qualified and experienced Contractor for the provision of cleaning services at Brodick Ferry Terminal. The requirement is for office cleaning services and also public areas / waiting room cleaning.. 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",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "50"
                        },
                        {
                            "type": "price",
                            "description": "50"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for a further two 12 month periods."
                }
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "bidOpening": {
            "date": "2019-04-22T12:00:00Z"
        },
        "contractTerms": {
            "performanceTerms": "enderers must pass the minimum standards sections of the ESPD (Scotland). Part 3, sections B, C and D of Part 4 will be scored on a pass/fail basis."
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "minimum": "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 = 5 million GBP Public Liability Insurance = 5 million GBP Product Liability Insurance = 5 million GBP Professional Indemnity Insurance = 5 million GBP"
                },
                {
                    "type": "technical",
                    "minimum": "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"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "90900000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "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. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 13193. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:577701)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000577701"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}