海角社区app

Construction Tenders

Sat September 21 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 13th Sep 2024

Tender Details
Referenceocds-h6vhtk-049aac
Common Procurement VocabularyCleaning services
Procurement MethodOpen procedure
Value£328,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 13th Sep 2024

Tender Details
Referenceocds-h6vhtk-049aac
Common Procurement VocabularyCleaning services
Procurement MethodOpen procedure
Value£328,000

Section I: Contracting authority

I.1) Name and addresses

Calmac Ferries Ltd

Ferry Terminal, The, Gourock

Gourock

PA19 1QP

Contact

Ryan Armour

Email

Ryan.Armour [at] calmac.co.uk

Telephone

+44 1475650100

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

Buyer's address

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other activity

Ferry Operator


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of Cleaning Services for MV Bute and MV Argyle

Reference number

CSOP23-562

II.1.2) Main CPV code

  • 90910000 - Cleaning services

II.1.3) Type of contract

Services

II.1.4) Short 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鈥檚 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.

II.1.5) Estimated total value

Value excluding VAT: 拢328,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services

II.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

II.2.4) Description of the procurement

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鈥檚 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.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

II.2.6) Estimated value

Value excluding VAT: 拢328,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

28 November 2024

End date

27 November 2026

This contract is subject to renewal

Yes

Description of renewals

There will be two 12-month extension available.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

It is a mandatory requirement that Tenderers are Real Living Wage accredited.

III.1.2) Economic and financial standing

List and brief description of selection criteria

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

III.1.3) Technical and professional ability

List and brief description of selection criteria

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.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2019/S 113-277655

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

16 October 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

16 October 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: These services are regularly required and the intention to re-tender in the next 2-4 years depending on utilisation of extension options.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25507. For more information see:

Community benefits are included in this requirement. For more information see:

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:

Community benefits are included in this requirement. For more information see:

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)

VI.4) Procedures for review

VI.4.1) Review body

Scottish Courts and Tribunals Services

Sherriff Court House

Greenock

PA15 1TR

Country

United Kingdom