Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Dynamic Purchasing System for the Provision of Vessels Dry Docking, Slipping Services, Vessel Repair & Maintenance Services including Options for Project Work (such as Refurbishments, Modifications & Upgrades) & Emergency Dockings

  • Cyhoeddwyd gyntaf: 11 Tachwedd 2023
  • Wedi'i addasu ddiwethaf: 11 Tachwedd 2023

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-0416f7
Cyhoeddwyd gan:
CalMac Ferries Limited
ID Awudurdod:
AA21565
Dyddiad cyhoeddi:
11 Tachwedd 2023
Dyddiad Cau:
12 Rhagfyr 2023
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

CalMac Ferries Ltd (CFL) is an operating company of the David MacBrayne Group, which is wholly owned by Scottish Ministers. It operates the Clyde and Hebrides Ferry Service contract with a fleet of 35 vessels providing passenger, vehicle and freight shipping services on 30 routes, serving 56 ports and harbours across the west coast of Scotland and the Scottish Islands.

CFL are seeking to implement a Dynamic Purchasing System with a number of Suppliers to deliver the Core Service of long term, annual planned maintenance for their new vessels, the first of which will become operational during 2024 and for CFL's existing fleet when the current maintenance contracts expire. The DPS will also look to deliver Optional Services if and when required such as Project Work for the refurbishment, modernisation and upgrade of its vessels, together with vessel breakdown repairs.

This approach intends to offer increased flexibility by having a network of pre-selected suppliers on the DPS to call upon over a sustained period of time to deliver CFL's requirements. This flexible, longer term approach to vessel maintenance will help provide greater value for money, improve reliability and availability of vessels, together with increased stability for suppliers that enables increased investment and continuous improvement resulting in an enhanced service for CFL’s customers – the ferry passengers.

The scope of work will be specific vessel dependent. Both Major and Small vessels are likely to be in dock for an average of 14 to 21 days based on a normal routine planned maintenance period, but this may be longer depending on CFL's requirements and work scope.

Prospective suppliers should note that vessels are subject to specific operational areas contained in the load line certificate for each vessel. Any supplier will require to be located within the geographical restrictions of the vessel. Vessel movements may also be subject to favourable weather conditions and Maritime & Coastguard Agency (MCA) approval.

Lot 1 Major Vessels - these feature vessels from our fleet which fall into the following criteria:

Likely Minimum Vessel Dimensions (Metres)

Length (OA) - 49.2

Breadth(Extreme) - 11.9

Draught (Max) - 2.7

Likely Maximum Vessel Dimensions (Metres)

Length (OA) - 116.16

Breadth(Extreme) - 19.2

Draught (Max) - 4.85

Please Note: These are currently the minimum and maximum sized vessels operated by CFL within this Lot. Economic Operators will have the ability to compete for vessels applicable to this Lot, and full details of the vessel sizes will be defined by CFL when a Call Off mini competition exercise is advertised. All Economic Operators who are eligible to take part in Lot 1 will be notified at that time. However, it shall be the Economic Operator’s responsibility to ensure that the vessel(s) involved in the mini competition exercise fit within their infrastructure limitations before submitting a response for the mini competition concerned. The minimum and maximum vessel sizes provided are subject to change as new vessels join the CFL fleet or older vessels are removed from service.

A link to a video produced by CFL is available in the Attachments Folder on PCS-Tender. The aim of this video is to provide further insight into CFL and to provide information on CFL's requirement. The video also provides information on the DPS and how CFL sees this operating and explains the pre-selection process for any interested bidders who would like to be part of the DPS.

Whilst potential bidders may find the video informative, nothing communicated in the video is binding on CFL unless confirmed in writing in the Contract Notice, the SPD, or any future tender documentation which will be made available in due course through PCS-Tender. To the extent that anything in the procurement documents contradicts statements made during any premarket engagement, the pro

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

UK

Person cyswllt: Nicholas Donnelly

Ffôn: +44 1475650201

E-bost: nicholas.donnelly@calmac.co.uk

NUTS: UKM83

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.calmac.co.uk

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Arall: Ferry Operator - Transport

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Dynamic Purchasing System for the Provision of Vessels Dry Docking, Slipping Services, Vessel Repair & Maintenance Services including Options for Project Work (such as Refurbishments, Modifications & Upgrades) & Emergency Dockings

Cyfeirnod: AMBU23-003

II.1.2) Prif god CPV

50241000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

CalMac Ferries Ltd (CFL) is seeking to establish a Dynamic Purchasing System (DPS) for the provision of Vessels Dry Docking, Slipping Services, Vessel Repair and Maintenance Services including Options for Project Work such as Vessel Refurbishments, Modifications, Upgrades and Emergency Dry Dockings. A key objective of the DPS is to enable a flexible and best value for money route to market for delivery of the afore mentioned services.

The DPS will consist of two Lots (Lot 1 for Major Vessels and Lot 2 for Small Vessels) and interested parties are encouraged to apply for a place on the DPS by completing the Single Procurement Document (SPD) held within PCS Tender noting that all candidates must meet the minimum pre-selection entry criteria.

Interested parties can apply for either or both lots.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 109 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Major Vessels - Vessels Dry Docking, Slipping Services, Vessel Repair & Maintenance Services including Options for Project Work (such as Refurbishments, Modifications & Upgrades) & Emergency Dockings

II.2.2) Cod(au) CPV ychwanegol

50241100

50244000

50241200

50245000

50246100

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

CalMac Ferries Ltd (CFL) is an operating company of the David MacBrayne Group, which is wholly owned by Scottish Ministers. It operates the Clyde and Hebrides Ferry Service contract with a fleet of 35 vessels providing passenger, vehicle and freight shipping services on 30 routes, serving 56 ports and harbours across the west coast of Scotland and the Scottish Islands.

CFL are seeking to implement a Dynamic Purchasing System with a number of Suppliers to deliver the Core Service of long term, annual planned maintenance for their new vessels, the first of which will become operational during 2024 and for CFL's existing fleet when the current maintenance contracts expire. The DPS will also look to deliver Optional Services if and when required such as Project Work for the refurbishment, modernisation and upgrade of its vessels, together with vessel breakdown repairs.

This approach intends to offer increased flexibility by having a network of pre-selected suppliers on the DPS to call upon over a sustained period of time to deliver CFL's requirements. This flexible, longer term approach to vessel maintenance will help provide greater value for money, improve reliability and availability of vessels, together with increased stability for suppliers that enables increased investment and continuous improvement resulting in an enhanced service for CFL’s customers – the ferry passengers.

The scope of work will be specific vessel dependent. Both Major and Small vessels are likely to be in dock for an average of 14 to 21 days based on a normal routine planned maintenance period, but this may be longer depending on CFL's requirements and work scope.

Prospective suppliers should note that vessels are subject to specific operational areas contained in the load line certificate for each vessel. Any supplier will require to be located within the geographical restrictions of the vessel. Vessel movements may also be subject to favourable weather conditions and Maritime & Coastguard Agency (MCA) approval.

Lot 1 Major Vessels - these feature vessels from our fleet which fall into the following criteria:

Likely Minimum Vessel Dimensions (Metres)

Length (OA) - 49.2

Breadth(Extreme) - 11.9

Draught (Max) - 2.7

Likely Maximum Vessel Dimensions (Metres)

Length (OA) - 116.16

Breadth(Extreme) - 19.2

Draught (Max) - 4.85

Please Note: These are currently the minimum and maximum sized vessels operated by CFL within this Lot. Economic Operators will have the ability to compete for vessels applicable to this Lot, and full details of the vessel sizes will be defined by CFL when a Call Off mini competition exercise is advertised. All Economic Operators who are eligible to take part in Lot 1 will be notified at that time. However, it shall be the Economic Operator’s responsibility to ensure that the vessel(s) involved in the mini competition exercise fit within their infrastructure limitations before submitting a response for the mini competition concerned. The minimum and maximum vessel sizes provided are subject to change as new vessels join the CFL fleet or older vessels are removed from service.

A link to a video produced by CFL is available in the Attachments Folder on PCS-Tender. The aim of this video is to provide further insight into CFL and to provide information on CFL's requirement. The video also provides information on the DPS and how CFL sees this operating and explains the pre-selection process for any interested bidders who would like to be part of the DPS.

Whilst potential bidders may find the video informative, nothing communicated in the video is binding on CFL unless confirmed in writing in the Contract Notice, the SPD, or any future tender documentation which will be made available in due course through PCS-Tender. To the extent that anything in the procurement documents contradicts statements made during any premarket engagement, the procurement documents shall take precedence.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 40-80%

Price / Pwysoliad:  20-60%

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 82 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 72

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

This DPS is expected to run for a period of six years until circa December 2029. There are no time limit restrictions on a DPS and CFL reserves the right to shorten, terminate or extend the operation of the DPS at any time

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

There is no maximum limit to the number of candidates in a dynamic purchasing system

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

The estimated contract value excl VAT for Lot 1 is 82 000 000 GBP over the contract term. Economic Operators may be excluded from the DPS 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.

Rhif y Lot 2

II.2.1) Teitl

Small Vessels - Vessels Dry Docking, Slipping Services, Vessel Repair & Maintenance Services including Options for Project Work (such as Refurbishments, Modifications & Upgrades) & Emergency Dockings

II.2.2) Cod(au) CPV ychwanegol

50241100

50241200

50244000

50245000

50246100

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

CalMac Ferries Ltd (CFL) is an operating company of the David MacBrayne Group, which is wholly owned by Scottish Ministers. It operates the Clyde and Hebrides Ferry Service contract with a fleet of 35 vessels providing passenger, vehicle and freight shipping services on 30 routes, serving 56 ports and harbours across the west coast of Scotland and the Scottish Islands.

CFL are seeking to implement a Dynamic Purchasing System with a number of Suppliers to deliver the Core Service of long term, annual planned maintenance for their new vessels, the first of which will become operational during 2024 and for CFL's existing fleet when the current maintenance contracts expire. The DPS will also look to deliver Optional Services if and when required such as Project Work for the refurbishment, modernisation and upgrade of its vessels, together with vessel breakdown repairs.

This approach intends to offer increased flexibility by having a network of pre-selected suppliers on the DPS to call upon over a sustained period of time to deliver CFL's requirements. This flexible, longer term approach to vessel maintenance will help provide greater value for money, improve reliability and availability of vessels, together with increased stability for suppliers that enables increased investment and continuous improvement resulting in an enhanced service for CFL’s customers – the ferry passengers.

The scope of work will be specific vessel dependent. Both Major and Small vessels are likely to be in dock for an average of 14 to 21 days based on a normal routine planned maintenance period, but this may be longer depending on CFL's requirements and work scope.

Prospective suppliers should note that vessels are subject to specific operational areas contained in the load line certificate for each vessel. Any supplier will require to be located within the geographical restrictions of the vessel. Vessel movements may also be subject to favourable weather conditions and Maritime & Coastguard Agency (MCA) approval.

Lot 2 Small Vessels - these feature vessels from our fleet which fall into the following criteria:

Likely Minimum Vessel Dimensions (Metres)

Length (OA) - 19.50

Breadth(Extreme) - 8.33

Draught (Max) - 1.95

Likely Maximum Vessel Dimensions (Metres)

Length (OA) - 54.27

Breadth(Extreme) - 14.33

Draught (Max) - 1.83

Please Note: These are currently the minimum and maximum sized vessels operated by CFL within this Lot. Economic Operators will have the ability to compete for vessels applicable to this Lot, and full details of the vessel sizes will be defined by CFL when a Call Off mini competition exercise is advertised. All Economic Operators who are eligible to take part in Lot 2 will be notified at that time. However, it shall be the Economic Operator’s responsibility to ensure that the vessel(s) involved in the mini competition exercise fit within their infrastructure limitations before submitting a response for the mini competition concerned.

The minimum and maximum vessel sizes provided are subject to change as new vessels join the CFL fleet or older vessels are removed from service.

A link to a video produced by CFL is available in the Attachments Folder. The aim of this video is to provide further insight into CFL and to provide information on CFL's requirement. The video also provides information on the DPS and how CFL sees this operating and explains the pre-selection process for any interested bidders who would like to be part of the DPS.

Whilst potential bidders may find the video informative, nothing communicated in the video is binding on CFL unless confirmed in writing in the Contract Notice, the SPD, or any future tender documentation which will be made available in due course through PCS-Tender. To the extent that anything in the procurement documents contradicts statements made during any premarket engagement, the procurement documents shall take precedence.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 40-80%

Price / Pwysoliad:  20-60%

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 27 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 72

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

This DPS is expected to run for a period of six years until approximately December 2029. There are no time limit restrictions on a DPS and CFL reserves the right to shorten, terminate or extend the operation of the DPS at any time.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

There is no maximum limit to the number of candidates in a dynamic purchasing system

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

The estimated contract value excl VAT for Lot 2 is 27 000 000 GBP over the contract term. Economic Operators may be excluded from the DPS 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.

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

Economic Operators will be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015 on the basis of information provided within the SPD.

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Please refer to these statements when completing Qualification Envelope Part 4B of the SPD (Scotland) Statement for 4B.

Economic Operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, Economic Operators shall:

(a) in response to Question Ref. 4B.1.1 provide the general annual turnover and the associated annual accounts as filed at Companies House (or equivalent if not a UK registered company) for the last three fiscal years of trading, or for the period which is available if trading for less than three years;

(b) in response to Question Ref. 4B.2.1 provide the specific annual turnover in the business area(s) covered by the Contract Notice and the associated annual accounts as filed at Companies House (or equivalent if not a UK registered company) for the last three fiscal years of trading, or for the period which is available if trading for less than three years

C) In response to Question 4B.5, Economic Operators must confirm they hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance as a minimum indicated below in accordance with any legal obligation for the time being in force:

Public Liability Insurance of Minimum GBP 10M

Employers (Compulsory) Liability Insurance of Minimum GBP 10M

Professional Risk Indemnity Insurance of Minimum GBP 2M

Ship Repairers Liability Insurance of Minimum GBP 10M (to include a Personal Injury and Completed Operations endorsement) per occurrence.

The Economic Operator should purchase any other insurance cover as necessary, taking into account the terms and conditions of this contract.

Project specific insurance levels will be issued alongside the tender documentation at call-off stage.

In responding to Question Ref. 4B.5.1a 4B.5.1b and 4B.5.2 of the SPD, where an Economic Operator ticks the box “No, and I cannot commit to obtain it” the submission shall be marked as FAIL and economic operators will not be permitted to join the DPS.

Economic Operators who alter their composition after making a submission will be the subject of re-evaluation.

CFL reserves the right not to conclude any contract as a result of the procurement process initiated by this notice and to make whatever changes CFL deems appropriate to the content, process, timing and structure of the procurement process.

In the event that any Economic Operator does not meet the financial criteria in respect of the general yearly turnover detailed at Note 1.67.3 of the SPD, but has a parent company that does, the Economic Operator may still be eligible for consideration to join the DPS where their application is supported by a Parent Company Guarantee and this is acceptable to CFL; Economic Operators should note that a Parent Company Guarantee is not otherwise required.


Lefel(au) gofynnol y safonau sydd eu hangen:

Question 4B.1.1 - The general annual turnover required in respect of the following Lots is as follows:

Lot 1 - Major Vessels - 11.5M GBP

Lot 2 - Small Vessels - 1.1M GBP

Please note this is a Pass/Fail question. Any Economic Operator who fails to have the minimum turnover required will not be permitted to join the DPS.

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

It is a requirement of this DPS that suppliers must have relevant previous experience in respect of the nature of the services being procured.

Prospective Bidders will be required to provide, for each Lot applied for, at least two different examples of projects undertaken over the last three years which demonstrates their experience of having successfully provided vessel planned and unplanned maintenance and/or upgrade work with the emphasis on quality and timely delivery. Please note that examples of relevant experience can be from both the public sector and/or the private sector.

Economic Operators should note that for Part 4C, Question References 2.12.4 - 2.12.7 (4 questions on relevant experience) and Question References 2.15.2 - 2.15.4 (3 questions on infrastructure) will be scored using the scoring criteria detailed below:

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.

The selection criteria is as stated in the procurement documents. The weightings for each of the 4 scored questions on the Economic Operator's relevant experience, together with the weightings for each of the 3 scored questions on the Economic Operator's infrastructure are as stated below:

Criteria - Experience = 80%

Sub-criteria (4 questions below)

Question 1 (2.12.4) = 40%

Question 2 (2.12.5) = 20%

Question 3 (2.12.6) = 20%

Question 4 (2.12.7) = 20%

Criteria - Infrastructure = 20%

Sub-criteria (3 questions below)

Question 1 (2.15.2) = 90%

Question 2 (2.15.3) = 10%

Question 3 (2.15.4) = 0%

CFL reserve the right to undertake a site inspection prior to admittance to the DPS.

CFL will have the right to request evidence that entry criteria is still valid at any point during the life of the Dynamic Purchasing System with evidence to be provided via an updated SPD to the Authority within 5 business days of any request being issued.

Please note that within the Technical Envelope within PCS-Tender there is a section regarding Fair Work (2.17). You are required to respond to these questions, but your responses are required for information purposes only and are not part of the pre-selection criteria. Applications will not be accepted via the PCS-T system unless you complete this Envelope.


Lefel(au) gofynnol y safonau sydd eu hangen:

Economic Operators shall be required to satisfy minimum standards of professional and technical ability. To determine these standards, Economic Operators shall:

(a) in response to Question Ref. 2.3.3 confirm that they have read and agree to be bound by the terms and conditions of the DPS Agreement.

(b) in response to Question Ref 2.1.6 confirm that they have facilities available to work on either Major vessels (Lot 1) or Small vessels (Lot 2), whilst the entire hull of the vessel is clear of the water and capable of being safely maintained whilst at the Economic Operator's facility. This facility shall also have all necessary services available to support maintenance activities that would generally be expected during a vessel maintenance period of this nature.

Economic Operators should note that both these questions are mandatory Pass/Fail questions and Economic Operators who fail to meet these requirements will have their application marked Fail and will not be permitted to join the DPS.

c) in response to Question References at Part 4C, 2.12.4 - 2.12.7 (4 questions on relevant experience), Economic Operators must obtain a minimum pass mark of 50% for this entire section. Failure to achieve this minimum pass mark will result in a FAIL and Economic Operators will not be permitted to join the DPS.

d) in response to Question References 2.15.2 - 2.15.4 (3 questions on infrastructure ), Economic Operators must obtain a minimum pass mark of 50% for this entire section. Failure to achieve this minimum pass mark will result in a FAIL and economic operators will not be permitted to join the DPS.

III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

Key Performance Indicators will be listed within individual Invitations to Tender (ITTs)

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gyfyngedig

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

Mae’r caffaeliad yn golygu y caiff system brynu ddynamig ei sefydlu

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 12/12/2023

Amser lleol: 12:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 12/12/2023

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 4  (o’r dyddiad a nodwyd i dendr ddod i law)

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

December 2029

VI.2) Gwybodaeth am lifau gwaith electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

CFL’s general conditions of the procurement will be published in the respective ITTs. 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 always apply to the procurement. 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. CFL shall not be bound to order any of the services referred to within each lot description.

All future call-offs/mini-competitions from the DPS shall clearly set out in the respective ITTs the award criteria questions and weightings. The award criteria scoring will be as follows:

0 Unacceptable; 25 Poor; 50 Acceptable; 75 Good; 100 Excellent. Full definitions of the scoring will be provided in the respective ITTs as part of the mini-competition/call-off process.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 25427. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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 requirements will be determined at each individual call-off contract and articulated in the tender documentation.

(SC Ref:739068)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Sheriff Court House

1 Nelson Street

Greenock

PA160HF

UK

Ffôn: +44 1475787073

VI.5) Dyddiad anfon yr hysbysiad hwn

09/11/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
50244000 Gwasanaethau adnewyddu llongau neu gychod Gwasanaethau atgyweirio, cynnal a chadw a gwasanaethau cysylltiedig mewn perthynas â chyfarpar morol a chyfarpar arall
50241000 Gwasanaethau atgyweirio a chynnal a chadw llongau Gwasanaethau atgyweirio, cynnal a chadw a gwasanaethau cysylltiedig mewn perthynas â chyfarpar morol a chyfarpar arall
50241100 Gwasanaethau atgyweirio cychod a llongau Gwasanaethau atgyweirio a chynnal a chadw llongau
50241200 Gwasanaethau atgyweirio fferïau Gwasanaethau atgyweirio a chynnal a chadw llongau
50246100 Gwasanaethau docio sych Gwasanaethau cynnal a chadw cyfarpar harbwr
50245000 Gwasanaethau uwchraddio llongau Gwasanaethau atgyweirio, cynnal a chadw a gwasanaethau cysylltiedig mewn perthynas â chyfarpar morol a chyfarpar arall

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
nicholas.donnelly@calmac.co.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.