Tender

Marine Cleaning Chemicals

CALMAC FERRIES LIMITED

This public procurement record has 1 release in its history.

Tender

17 Feb 2023 at 00:00

Summary of the contracting process

The public procurement process is currently conducted by CalMac Ferries Limited, located in Gourock, UK. The tender titled "Marine Cleaning Chemicals" falls under the industry category of goods. The procurement stage is at the selective stage, following a restricted procedure. The deadline for submission is set for March 24, 2023. CalMac Ferries Limited aims to establish a framework agreement for the provision of Marine Cleaning Chemicals, creating opportunities for businesses to engage in supplying these chemicals for a 24-month period with possible extensions.

This tender by CalMac Ferries Limited presents an opportunity for businesses specialising in Marine Cleaning Chemicals to compete by demonstrating technical expertise and competitive pricing. The procurement process favours the most economically advantageous bidder, with a focus on quality and price criteria. Businesses interested in providing Marine Cleaning Chemicals can participate in this tender, leveraging their experience in delivery, health & safety compliance, customer onboarding, and managing product shortages to align with CalMac Ferries' requirements during the evaluation process.

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

Marine Cleaning Chemicals

Notice Description

CalMac Ferries Ltd are looking to set up a framework for the provision of Marine Cleaning Chemicals.

Lot Information

Marine Cleaning Chemicals (alternative products)

CalMac Ferries Limited (CFL) is one of the largest transport operators in Scotland, operating 35 ferries and 53 ports, harbours and slipways on behalf of the Scottish Government under the Clyde and Hebrides Ferry Services (CHFS) contract. CFL is seeking to set up a framework agreement for the provision of Marine Cleaning Chemicals for a period of 24 months with the option to extend for up to a further 24 months. Lot 2 will allow the introduction of new and alternative Marine Cleaning Chemicals to those which are currently in use on our Network. Testing and trials will be required before any use. CFL will contract with the most economically advantageous bidder, and the resultant contract will be available for novation to any subsequent operator of the CHFS contract. It is intended that the contract could be applied for the benefit of CFL's parent company, David MacBrayne Limited (DML), DML subsidiaries or any other entities formed by DML. The Contract appointing CFL's chosen supplier is provided as part of the procurement (ITT Stage), allowing bidders to develop their fully costed proposals by reference to a pre-existing set of contractual terms. A copy of the Contract is to be provided in the supplier attachment area within the PCS Tender portal once the ITT is published.. 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. CFL reserves the right to award additional services in accordance with regulation 33(8) of the Public Contracts (Scotland) Regulations 2015.

Renewal: The contract for this service will be let for an initial 24 months duration, followed by extensions of up to 24 months, at CFL's option. In advance of any renewal, CFL may elect not to renew, at its sole discretion, at 60 days' notice.

Marine Cleaning Chemicals

CalMac Ferries Limited (CFL) is one of the largest transport operators in Scotland, operating 35 ferries and 53 ports, harbours and slipways on behalf of the Scottish Government under the Clyde and Hebrides Ferry Services (CHFS) contract. CFL is seeking to set up a framework agreement for the provision of Marine Cleaning Chemicals for a period of 24 months with the option to extend for up to a further 24 months. Lot 1 will include Marine Cleaning Chemicals which have been tested and are currently in use on our Network. CFL will contract with the most economically advantageous bidder, and the resultant contract will be available for novation to any subsequent operator of the CHFS contract. It is intended that the contract could be applied for the benefit of CFL's parent company, David MacBrayne Limited (DML), DML subsidiaries or any other entities formed by DML. The Contract appointing CFL's chosen supplier is provided as part of the procurement (ITT Stage), allowing bidders to develop their fully costed proposals by reference to a pre-existing set of contractual terms. A copy of the Contract is to be provided in the supplier attachment area within the PCS Tender portal once the ITT is published.. 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. CFL reserves the right to award additional services in accordance with regulation 33(8) of the Public Contracts (Scotland) Regulations 2015.

Renewal: The contract for this service will be let for an initial 24 months duration, followed by extensions of up to 24 months, at CFL's option. In advance of any renewal, CFL may elect not to renew, at its sole discretion, at 60 days' notice.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000722870
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB471514
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

34930000 - Marine equipment

39830000 - Cleaning products

90917000 - Cleaning services of transport equipment

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Feb 20233 years ago
Submission Deadline
24 Mar 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
CFL wish to set up a framework for 24 months with the potential to extend for up to 24 months. The requirement will be reviewed near the end of this period.

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
Claire Galloway
Contact Email
claire.galloway@calmac.co.uk
Contact Phone
+44 01475650230

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

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-r6ebe6-0000722870-2023-02-17T00:00:00Z",
    "date": "2023-02-17T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000722870",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-33",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "CalMac Ferries Limited, Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "name": "Claire Galloway",
                "email": "claire.galloway@calmac.co.uk",
                "telephone": "+44 01475650230",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Ferry Operator",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        },
        {
            "id": "org-34",
            "name": "Greenock Sheriff Court",
            "identifier": {
                "legalName": "Greenock Sheriff Court"
            },
            "address": {
                "streetAddress": "1 Nelson St",
                "locality": "Greenock",
                "postalCode": "PA15 1TR"
            },
            "contactPoint": {
                "telephone": "+44 1475787073",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "CalMac Ferries Limited",
        "id": "org-33"
    },
    "tender": {
        "id": "AMBU22_022",
        "title": "Marine Cleaning Chemicals",
        "description": "CalMac Ferries Ltd are looking to set up a framework for the provision of Marine Cleaning Chemicals.",
        "status": "active",
        "items": [
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "34930000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "39830000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90917000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2023-03-24T14:00:00Z"
        },
        "documents": [
            {
                "id": "FEB471514",
                "documentType": "contractNotice",
                "title": "Marine Cleaning Chemicals",
                "description": "CalMac Ferries Ltd are looking to set up a framework for the provision of Marine Cleaning Chemicals.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB471514",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "2",
                "title": "Marine Cleaning Chemicals (alternative products)",
                "description": "CalMac Ferries Limited (CFL) is one of the largest transport operators in Scotland, operating 35 ferries and 53 ports, harbours and slipways on behalf of the Scottish Government under the Clyde and Hebrides Ferry Services (CHFS) contract. CFL is seeking to set up a framework agreement for the provision of Marine Cleaning Chemicals for a period of 24 months with the option to extend for up to a further 24 months. Lot 2 will allow the introduction of new and alternative Marine Cleaning Chemicals to those which are currently in use on our Network. Testing and trials will be required before any use. CFL will contract with the most economically advantageous bidder, and the resultant contract will be available for novation to any subsequent operator of the CHFS contract. It is intended that the contract could be applied for the benefit of CFL's parent company, David MacBrayne Limited (DML), DML subsidiaries or any other entities formed by DML. The Contract appointing CFL's chosen supplier is provided as part of the procurement (ITT Stage), allowing bidders to develop their fully costed proposals by reference to a pre-existing set of contractual terms. A copy of the Contract is to be provided in the supplier attachment area within the PCS Tender portal once the ITT is published.. 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. CFL reserves the right to award additional services in accordance with regulation 33(8) of the Public Contracts (Scotland) Regulations 2015.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "35%"
                        },
                        {
                            "type": "price",
                            "description": "65%"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract for this service will be let for an initial 24 months duration, followed by extensions of up to 24 months, at CFL's option. In advance of any renewal, CFL may elect not to renew, at its sole discretion, at 60 days' notice."
                }
            },
            {
                "id": "1",
                "title": "Marine Cleaning Chemicals",
                "description": "CalMac Ferries Limited (CFL) is one of the largest transport operators in Scotland, operating 35 ferries and 53 ports, harbours and slipways on behalf of the Scottish Government under the Clyde and Hebrides Ferry Services (CHFS) contract. CFL is seeking to set up a framework agreement for the provision of Marine Cleaning Chemicals for a period of 24 months with the option to extend for up to a further 24 months. Lot 1 will include Marine Cleaning Chemicals which have been tested and are currently in use on our Network. CFL will contract with the most economically advantageous bidder, and the resultant contract will be available for novation to any subsequent operator of the CHFS contract. It is intended that the contract could be applied for the benefit of CFL's parent company, David MacBrayne Limited (DML), DML subsidiaries or any other entities formed by DML. The Contract appointing CFL's chosen supplier is provided as part of the procurement (ITT Stage), allowing bidders to develop their fully costed proposals by reference to a pre-existing set of contractual terms. A copy of the Contract is to be provided in the supplier attachment area within the PCS Tender portal once the ITT is published.. 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. CFL reserves the right to award additional services in accordance with regulation 33(8) of the Public Contracts (Scotland) Regulations 2015.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "35%"
                        },
                        {
                            "type": "price",
                            "description": "65%"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract for this service will be let for an initial 24 months duration, followed by extensions of up to 24 months, at CFL's option. In advance of any renewal, CFL may elect not to renew, at its sole discretion, at 60 days' notice."
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2023-03-27T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Economic Operators will be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015 on the basis of information provided within the Single Procurement Document(SPD)."
                },
                {
                    "type": "economic",
                    "description": "In response to Question Ref. 4B.5.1a 4B.5.1b and 4B.5.2 Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: Employer's Liability Insurance = GBP 5 Million Public Liability Insurance = GBP 5 Million Professional Indemnity Insurance = GBP 1 Million The bidder should purchase any other insurance cover as necessary, taking into account the terms and conditions of this contract.",
                    "minimum": "In responding to Question Ref. 4B.5.1a 4B.5.1b and 4B.5.2 of the SPD, where a bidder ticks the box \"No, and I cannot commit to obtain it\" the submission shall be marked as FAIL. Economic operators which alter their composition after making a submission will be the subject of re-evaluation. CalMac Ferries reserve the right not to conclude any contract as a result of the procurement process initiated by this notice and to make whatever changes CalMac Ferries deem appropriate to the content, process, timing and structure of the procurement process."
                },
                {
                    "type": "technical",
                    "description": "This SPD is designed to allow CFL to review evidence of prior experience of similar supply contract. The scored questions are as follows: 1) Please provide relevant examples of undertaking the provision of, and delivery of, the goods as detailed in Section II.2.4 of the Contract Notice. A minimum of 3 examples are required (70%). Your response should include, but not be limited to, a demonstration of the following; - Successful delivery of a range of products across diverse networks at differing locations -Details should include examples of successfully providing the goods and services in a timely manner and the process for ensuring delivery times are met. -The response should also include client details with contact information. - Provide details of any remote locations or places with access issues where you currently or previously provided goods and how they are transited in a safe manner. 2) Please provide details of how you have previously managed Health & Safety and ensured all relevant regulations are followed. Your response should include details of training provided and the actions you would take when breaches occur (10%). 3) Please provide details of how you have previously on-boarded new customers, this should demonstrate how you aligned with their specific needs and requirements (10%). 4) Please provide details of how you have previously handled shortages of products and extended lead times (10%). Evaluation Methodology Respondents shall note that scored questions will be evaluated independently by a panel of subject matter experts referred to as Evaluators. The scores provided by these Evaluators will be subject to a Moderation process to ensure consistency of scoring. Evaluators shall score each response in line with the scoring criteria provided. Each question is weighted, and this shows its importance to CalMac. Only information presented in response to these questions shall be scored. Any information previously provided to CalMac Ferries or gained by CalMac Ferries during any pre-market engagement shall be disregarded and will not be considered when scoring these questions. Please note CalMac requires your response to these questions to be clear and comprehensive. Technical Envelope 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.",
                    "minimum": "Qualification Envelope: Part 3, Section A, B, C, D will be scored on a pass/fail basis. 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. The five highest scoring tenderers who are nominated to progress to the Invitation to Tender stage (ITT)."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 2
            }
        },
        "classification": {
            "id": "39830000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "CFL wish to set up a framework for 24 months with the potential to extend for up to 24 months. The requirement will be reviewed near the end of this period."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "\"CFL's general conditions of the procurement will be published in the ITT. In the meantime 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; and -Economic Operators will remain responsible for all costs and expenses incurred by them in connection with this competition. 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.\" The award criteria questions and weightings will be published in the ITT. Award criteria scoring will be the following: 0 Unacceptable; 25 Poor; 50 Acceptable; 75 Good; 100 Excellent. Full definitions of the scoring are provided in the ITT. The buyer reserves the right to fully validate a Tender response following the first submission of Tenders and before Contract award. The buyer is using PCS-Tender to conduct this SPD exercise. The Project code is 23519 PQQ code is 5140. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 23519. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:722870)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000722870"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}