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

A Tender Notice
by CALMAC FERRIES LIMITED

Source
Find a Tender
Type
Dps (Services)
Duration
6 year
Value
£109M
Sector
TRANSPORT
Published
09 Nov 2023
Delivery
To 10 Nov 2029 (est.)
Deadline
12 Dec 2023 12:00

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

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.

Lot Division

1 Major Vessels - Vessels Dry Docking, Slipping Services, Vessel Repair & Maintenance Services including Options for Project Work (such as Refurbishments, Modifications & Upgrades) & Emergency Dockings
  • Value: £82M

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. Additional information: 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.

2 Small Vessels - Vessels Dry Docking, Slipping Services, Vessel Repair & Maintenance Services including Options for Project Work (such as Refurbishments, Modifications & Upgrades) & Emergency Dockings
  • Value: £27M

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. Additional information: 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.

Award Criteria

Quality 40-80%
price 20-60%

CPV Codes

  • 50241000 - Repair and maintenance services of ships
  • 50241100 - Vessel repair services
  • 50244000 - Reconditioning services of ships or boats
  • 50241200 - Ferry repair services
  • 50245000 - Upgrading services of ships
  • 50246100 - Dry-docking services

Indicators

  • This is a recurring contract.
  • Renewals are available.
  • Financial restrictions apply.
  • Professional qualifications are sought.
  • Staff qualifications are relevant.
  • Technical restrictions apply.

Other Information

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. ** PREVIEW NOTICE, please check Find a Tender for full details. ** 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-pr... 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)

Reference

Domains