Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Ангильи


Waste Oil and Oily Bilge Water Collection (Ангилья - Тендер #39227664)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Ангилья (другие тендеры и закупки Ангилья)
Организатор тендера: Sell2Wales – Government´s Initiative
Номер конкурса: 39227664
Дата публикации: 15-03-2023
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
  • Contract notice Section I: Contracting authority I.1) Name and addresses

Calmac Ferries Ltd

The Ferry Terminal

Gourock

PA19 1QP

UK

Contact person: Ruairidh Black

E-mail: ruairidh.black@calmac.co.uk

NUTS: UKM

Internet address(es)

Main address: http://www.calmac.co.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923

I.2) 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:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Port Services, Waste Management

Section II: Object II.1) Scope of the procurement II.1.1) Title

Waste Oil and Oily Bilge Water Collection

II.1.2) Main CPV code

90520000

II.1.3) Type of contract

Services

II.1.4) Short description

CalMac Ferries Ltd (CFL) is seeking to award a Framework Agreement split into 3 Lots for the collection of waste oil and oily bilge water to be reprocessed and / or treated.

II.1.5) Estimated total value

Value excluding VAT: 772 000.00 GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 3 lots

II.2) Description

Lot No: 1

II.2.1) Title

Waste Oil and Oily Bilge Water Collection - Firth of Clyde and Kintyre

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Various sites throughout the Firth of Clyde and Kintyre

II.2.4) Description of the procurement

Tenders are sought by CalMac Ferries Limited (CFL) from suitably qualified and experienced Suppliers for the provision of services for the collection and reprocessing of waste oil and oily bilge water mixtures produced through the operation of our vessels, locations of which are onboard vessels, shore storage tanks and IBCs.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 40

Price / Weighting: 60

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The option to extend by up to a further 24 months.

II.2.9) Information about the limits on the number of candidates to be invited 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

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in the regulation 58 of the Public Contracts (Scotland) Regulation 2015.

Lot No: 2

II.2.1) Title

Waste Oil and Oily Bilge Water Collection - Oban and Mull

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Oban and Mull

II.2.4) Description of the procurement

Tenders are sought by CalMac Ferries Limited (CFL) from suitably qualified and experienced Suppliers for the provision of services for the collection and reprocessing of waste oil and oily bilge water mixtures produced through the operation of our vessels, locations of which are onboard vessels, shore storage tanks and IBCs.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 40

Price / Weighting: 60

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The option to extend by up to a further 24 months.

II.2.9) Information about the limits on the number of candidates to be invited 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

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in the regulation 58 of the Public Contracts (Scotland) Regulation 2015.

Lot No: 3

II.2.1) Title

Waste Oil and Oily Bilge Water Collection - West Highlands

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Sconser, Uig, Ullapool, Mallaig

II.2.4) Description of the procurement

Tenders are sought by CalMac Ferries Limited (CFL) from suitably qualified and experienced Suppliers for the provision of services for the collection and reprocessing of waste oil and oily bilge water mixtures produced through the operation of our vessels, locations of which are onboard vessels, shore storage tanks and IBCs.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 40

Price / Weighting: 60

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The option to extend by up to a further 24 months.

II.2.9) Information about the limits on the number of candidates to be invited 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

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in the regulation 58 of the Public Contracts (Scotland) Regulation 2015.

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 have the required licences for this Procurement and should include as a minimum: Registration of Carriers Certificate; PPC Permit or Waste Management Licence/Exemption; Vehicle Operator Licence.

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


III.1.3) Technical and professional ability

List and brief description of selection criteria:

It is a mandatory requirement that Tenderers have the required licences for this Procurement and should include as a minimum: Registration of Carriers Certificate; PPC Permit or Waste Management Licence/Exemption; Vehicle Operator Licence

Bidders will be require to provide examples that they have relevant experience to deliver the service as described in Part II.2.4 of this Contract Notice.

Bidders will be required to confirm and provide certification that they and/or the service provider have the relevant educations and professional qualification: Registration of Carriers Certificate; PPC Permit or Waste Management Licence/Exemption; Vehicle Operator Licence.

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


III.2) Conditions related to the contract Section IV: Procedure IV.1) Description IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 3

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 13/04/2023

Local time: 12:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 17/04/2023

Local time: 12:00

Section VI: Complementary information VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

6 calendar months prior to Agreement expiry

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

Award scoring methodology will be the following:

0 - Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

25 - Poor. Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains

insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

50- Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.

100 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

The Buyer is using PCS-Tender to conduct this ITT exercise under Project Code 23309.

Tenderers should note that the following questions have been deleted from the ESPD (Qualification Envelope):-

Part 4C: Works

Part 4C: Technicians and Technical Bodies

Part 4C: Qualifications

Part 4C Manpower

Part 4C Equipment

Part 4C Products

Part 4E: Global Question for all Selection Criteria

Part 5 Reduction of the number of qualified candidates

Part 2A: Official Lists and Certification

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23309.

For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23309. 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:

Tenderers are required to present a community benefit proposal with their tender detailing how, if they should be successful in winning the contract, they will address the following Community Benefit themes:

- targeted recruitment and training for “disadvantaged” persons unemployed for over 6 months;

- work placement opportunities for 14- 16-year olds;

- graduate placements.

If successful, the winning tenderer(s) will discuss the content of their Community Benefit proposal and agree a plan for the delivery of the agreed community benefits which will become a condition of the agreement.

(SC Ref:724839)

VI.4) Procedures for review VI.4.1) Review body

Scottish Courts and Tribunals Services

Sheriff Court House

Greenock

PA15 1TR

UK

VI.5) Date of dispatch of this notice

14/03/2023


Information added to the notice since publication.

Additional information added to the notice since it"s publication.
No further information has been uploaded.
Main Contact: ruairidh.black@calmac.co.uk
Admin Contact: N/a
Technical Contact: N/a
Other Contact: N/a
Commodity Categories Commodity Categories
ID Title Parent Category
90520000 Radioactive-, toxic-, medical- and hazardous waste services Refuse and waste related services
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services

Delivery Locations 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.

Alert Region Restrictions
There are no alert restrictions for this notice.

Источник закупки

Перейти

Импорт - Экспорт по стране Ангилья

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru