Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

CMAL0110 Argyle Bute and Corusik MES Tender.

  • First published: 08 September 2015
  • Last modified: 08 September 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Caledonian Maritime Assets Ltd
Authority ID:
AA24528
Publication date:
08 September 2015
Deadline date:
13 October 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

To understand the scope fully you must read the full technical specification Schedule 5 document which is part of the attached tender documentation.

Caledonian Maritime Assets Ltd (CMAL) wishes to improve the Marine Evacuation system on board on the MV Argyle, MV Bute and MV Coruisk.

This specification covers the supply and installation of a Complete Marine Evacuation system to include Shute/Slide, life raft and associated bowsing-in arrangement. The evacuation point will remain on the car deck. The supplier is to survey vessel and suggest solutions with regard to arrangement with current design and operational constraints. The time scale for this years dry-docking is tight however CMAL are keen to conclude work at this dry-docking period.

Details of the vessel can be found in the appendix to of this specification.

CMAL (The Owner) will purchase equipment for free issue to Calmac Ferries (The Operator) who will fit the system during their docking period starting 28.10.2015.

This Specification covers the design and operational requirements for a ships Marine Evacuation System (MES) comprising slide and raft system.

The MES shall comprise a boxed or Open Evacuation slide system with associated bowsing-in and winching arrangements for associated rafts for the required passengers and crew on board. It has to be designed for ease of installation without the need for any major structural modifications for its installation. Evacuation will be from mini slide from the car deck area.

The MES shall comprise a control station locally and associated master control on the bridge to minimise tampering and accidental release.

The MES will have the ability to be launched locally at control station with the minimum of crew and with ease of operation.

It is desirable that the operation is as far as practicable automatic with minimum intervention during the deployment time. Transferring of personnel from one raft to another will only be required for maximum carrying numbers but it is hoped on majority of occasions to utilise the cartridge held life-rafts only.

Work shall include supply, delivery to site, installation, site testing, commissioning, and making good any defects that occur during the defect liability / warranty period, provision of as fitted drawings, operation and maintenance and training documents, the whole of the labour and all materials necessary to form a complete operating installation. Any modifications required by third party such as the MCA and shipyard will need to be highlighted.

The work shall include planned preventive maintenance and service cover required as per required frequency stipulated by LSA Code.

All equipment and materials to be installed shall be new. At initial launching and demonstration, arrangement will be required for replacement rafts following the test.

The Contractor shall ensure that all equipment can be installed in the allotted space and ensure that there is adequate access for operation, maintenance and repair.

All equipment shall be installed in accordance with the manufacturer's recommendations and MCA guidance notes as applicable.

Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=412134.

The buyer has indicated that it will accept electronic responses to this notice via the postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Caledonian Maritime Assets Ltd

Municipal Buildings, Fore Street

Port Glasgow

PA14 5EQ

UK

George McGregor

+44 1475749920

george.mcgregor@cmassets.co.uk

+44 1475745109

http://www.cmassets.co.uk

http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12082
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
maritime
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

CMAL0110 Argyle Bute and Corusik MES Tender.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

Checked box Unchecked box Unchecked box
Unchecked box Unchecked box

II.1.2(c))

Type of service contract

II.1.2)

Main site or location of works, place of delivery or performance

Scotland.



UK

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

To understand the scope fully you must read the full technical specification Schedule 5 document which is part of the attached tender documentation.

Caledonian Maritime Assets Ltd (CMAL) wishes to improve the Marine Evacuation system on board on the MV Argyle, MV Bute and MV Coruisk.

This specification covers the supply and installation of a Complete Marine Evacuation system to include Shute/Slide, life raft and associated bowsing-in arrangement. The evacuation point will remain on the car deck. The supplier is to survey vessel and suggest solutions with regard to arrangement with current design and operational constraints. The time scale for this years dry-docking is tight however CMAL are keen to conclude work at this dry-docking period.

Details of the vessel can be found in the appendix to of this specification.

CMAL (The Owner) will purchase equipment for free issue to Calmac Ferries (The Operator) who will fit the system during their docking period starting 28.10.2015.

This Specification covers the design and operational requirements for a ships Marine Evacuation System (MES) comprising slide and raft system.

The MES shall comprise a boxed or Open Evacuation slide system with associated bowsing-in and winching arrangements for associated rafts for the required passengers and crew on board. It has to be designed for ease of installation without the need for any major structural modifications for its installation. Evacuation will be from mini slide from the car deck area.

The MES shall comprise a control station locally and associated master control on the bridge to minimise tampering and accidental release.

The MES will have the ability to be launched locally at control station with the minimum of crew and with ease of operation.

It is desirable that the operation is as far as practicable automatic with minimum intervention during the deployment time. Transferring of personnel from one raft to another will only be required for maximum carrying numbers but it is hoped on majority of occasions to utilise the cartridge held life-rafts only.

Work shall include supply, delivery to site, installation, site testing, commissioning, and making good any defects that occur during the defect liability / warranty period, provision of as fitted drawings, operation and maintenance and training documents, the whole of the labour and all materials necessary to form a complete operating installation. Any modifications required by third party such as the MCA and shipyard will need to be highlighted.

The work shall include planned preventive maintenance and service cover required as per required frequency stipulated by LSA Code.

All equipment and materials to be installed shall be new. At initial launching and demonstration, arrangement will be required for replacement rafts following the test.

The Contractor shall ensure that all equipment can be installed in the allotted space and ensure that there is adequate access for operation, maintenance and repair.

All equipment shall be installed in accordance with the manufacturer's recommendations and MCA guidance notes as applicable.

Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=412134.

The buyer has indicated that it will accept electronic responses to this notice via the postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

II.1.6)

Common Procurement Vocabulary (CPV)

45244100
35113000
60610000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

1

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.

(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.

(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.

(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.

(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.

(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.

(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.

(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established

(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.

III.2.2)

Economic and financial capacity


(1) All candidates will be required to provide a reference from their bank.

(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.

(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.

(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.




III.2.3)

Technical capacity


(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years.

(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract.

(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.

(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.

(5) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.

(6) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.

(7) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided

(8) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;

(9) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;

(10) An indication of the proportion of the contract which the services provider intends possibly to subcontract.

(11) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.

(12) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.

(13) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


No

Yes
Price 60
Technical Ability 40

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

CMAL0110

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 08-10-2015

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 13-10-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

 30-10-2015

IV.3.8)

Conditions for opening tenders



 09-10-2015  12:00
Port Glasgow

Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

(SC Ref:412134).

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 03-09-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Caledonian Maritime Assets Ltd

Municipal Buildings, Fore Street

Port Glasgow

PA14 5EQ

UK


+44 1475749920


+44 1475745109
http://www.cmassets.co.uk

II)

Address and contact points from which specifications and additional documentation may be obtained



Caledonian Maritime Assets Ltd

Municipal Buildings, Fore Street

Port Glasgow

PA14 5EQ

UK


+44 1475749920


+44 1475745109
http://www.cmassets.co.uk

III)

Address and contact points to which Tenders/Requests to Participate must be sent



Caledonian Maritime Assets Ltd

Municipal Buildings, Fore Street

Port Glasgow

PA14 5EQ

UK


+44 1475749920


+44 1475745109
http://www.cmassets.co.uk

Coding

Commodity categories

ID Title Parent category
60610000 Ferry transport services Water transport services
45244100 Marine installations Marine construction works
35113000 Safety equipment Firefighting, rescue and safety equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
george.mcgregor@cmassets.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.