{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000777991-2024-09-13T00:00:00Z",
    "date": "2024-09-13T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000777991",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-59",
            "name": "Calmac Ferries Ltd",
            "identifier": {
                "legalName": "Calmac Ferries Ltd"
            },
            "address": {
                "streetAddress": "Ferry Terminal, The, Gourock",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "name": "Ryan Armour",
                "email": "Ryan.Armour@calmac.co.uk",
                "telephone": "+44 1475650100",
                "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-60",
            "name": "Scottish Courts and Tribunals Services",
            "identifier": {
                "legalName": "Scottish Courts and Tribunals Services"
            },
            "address": {
                "streetAddress": "Sherriff Court House",
                "locality": "Greenock",
                "postalCode": "PA15 1TR"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Calmac Ferries Ltd",
        "id": "org-59"
    },
    "tender": {
        "id": "CSOP23-562",
        "title": "Provision of Cleaning Services for MV Bute and MV Argyle",
        "description": "CalMac Ferries Ltd are looking to award a single supplier the Contract for cleaning onboard our vessels, MV Bute and MV Argyle which operate between Wemyss Bay and Rothesay. This service will ensure cleanliness is upheld onboard the vessels to ensure a satisfactory service is provided to the passengers with health and safety at forefront of CalMac's priorities. Whilst cleaning services are paramount for customer satisfaction, it is also important to ensure that the facilities are upkept so that CalMac employees have clean working and living facilities.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "90910000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 328000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2024-10-16T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2024-10-16T12:00:00Z"
        },
        "documents": [
            {
                "id": "SEP514218",
                "documentType": "contractNotice",
                "title": "Provision of Cleaning Services for MV Bute and MV Argyle",
                "description": "CalMac Ferries Ltd are looking to award a single supplier the Contract for cleaning onboard our vessels, MV Bute and MV Argyle which operate between Wemyss Bay and Rothesay. This service will ensure cleanliness is upheld onboard the vessels to ensure a satisfactory service is provided to the passengers with health and safety at forefront of CalMac's priorities. Whilst cleaning services are paramount for customer satisfaction, it is also important to ensure that the facilities are upkept so that CalMac employees have clean working and living facilities.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP514218",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "CalMac Ferries Ltd are looking to award a single supplier the Contract for cleaning onboard our vessels, MV Bute and MV Argyle which operate between Wemyss Bay and Rothesay. This service will ensure cleanliness is upheld onboard the vessels to ensure a satisfactory service is provided to the passengers with health and safety at forefront of CalMac's priorities. Whilst cleaning services are paramount for customer satisfaction, it is also important to ensure that the facilities are upkept so that CalMac employees have clean working and living facilities.",
                "status": "active",
                "value": {
                    "amount": 328000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "startDate": "2024-11-28T00:00:00Z",
                    "endDate": "2026-11-27T00:00:00Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There will be two 12-month extension available."
                }
            }
        ],
        "bidOpening": {
            "date": "2024-10-16T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "It is a mandatory requirement that Tenderers are Real Living Wage accredited."
                },
                {
                    "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. 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 Risk Indemnity Insurance - 5 million GBP"
                },
                {
                    "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."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "90910000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "These services are regularly required and the intention to re-tender in the next 2-4 years depending on utilisation of extension options."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 113-277655"
        }
    ],
    "description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25507. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Community Benefits will apply to this contract due to the potential employment of local individuals. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27598. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Community Benefits will apply to this contract due to the potential employment of local individuals (SC Ref:777991)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000777991"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}