{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04c23b-2025-01-03T11:32:13Z",
    "date": "2025-01-03T11:32:13Z",
    "ocid": "ocds-h6vhtk-04c23b",
    "description": "Previous tender reference: TED32/2020-178712 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28182. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:784921)",
    "initiationType": "tender",
    "tender": {
        "id": "CSSP24-135",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Supply of Chart and Publication Management Services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "34933000",
            "description": "Navigation equipment"
        },
        "mainProcurementCategory": "goods",
        "description": "The purpose of this procurement exercise is to enter into a contractual arrangement for the supply of charts and publications management services to the 35 vessels in the CalMac Ferries fleet. Vessels require charts and publications for ensuing safety, compliance, and efficiency of maritime navigation.",
        "value": {
            "amount": 290185,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The purpose of this procurement exercise is to enter into a contractual arrangement for the supply of charts and publications management services to the 35 vessels in the CalMac Ferries fleet. Vessels require charts and publications for ensuing safety, compliance, and efficiency of maritime navigation.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality/Technical",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "type": "price",
                            "description": "50"
                        }
                    ]
                },
                "value": {
                    "amount": 290185,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 x 12 months extension options"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "63724000",
                        "description": "Navigation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38100000",
                        "description": "Navigational and meteorological instruments"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38110000",
                        "description": "Navigational instruments"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKD7"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "N/A",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "The Bidder must provide its (general) yearly turnover for the last 3 financial years. The Bidder must provide its (specific) yearly turnover in the business area(s) covered by the contract for the last 3 financial years. The Bidder must provide suitable financial ratio information. 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.",
                    "minimum": "Minimum annual turnover - 580370.00 GBP Employer's (Compulsory) Liability Insurance = 5 million GBP; Public Liability Insurance - 5 million GBP; Product Liability Insurance - 5 million GBP Professional Risk Indemnity Insurance - 5 million GBP The following ratios must be confirmed based on your latest set of published accounts. 1- Return on Capital Employed: must be at a ratio greater than \"0\" 2- Acid Test (Current Ratio): Current Ratio must be greater than \"1\" 3- Gearing: Gearing must be a figure of less than 100% 4- Interest Coverage: Interest Coverage must be a figure of 2 or above has context menu",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "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. 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. 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.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "N/A",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-01-06T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2025-01-06T12:00:00Z"
        },
        "bidOpening": {
            "date": "2025-01-06T12:00:00Z"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "December 2028"
        },
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2025-01-06T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2025-01-10T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2025-01-06T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2025-01-10T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ],
                "description": "Tender is being extended due to the time taken to provide the technical clarifications."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-6996",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Wojciech Smagiel",
                "telephone": "+44 7872814843",
                "email": "wojciech.smagiel@calmac.co.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.calmac.co.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Ferry operator"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-100672",
            "name": "Scottish Courts and Tribunals Services",
            "identifier": {
                "legalName": "Scottish Courts and Tribunals Services"
            },
            "address": {
                "streetAddress": "Sherriff Court House",
                "locality": "Greenock",
                "postalCode": "PA15 1TR",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-6996",
        "name": "CalMac Ferries Limited"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000784921"
        }
    ],
    "language": "en"
}