Waste Oil and Oily Bilge Water Collection (Ангилья - Тендер #39227664) | ||
| ||
| 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: Sell2Wales – Government´s Initiative |
||
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 procurementThe contract is awarded by a central purchasing body
I.3) CommunicationThe 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
Body governed by public law
I.5) Main activityOther: Port Services, Waste Management
Section II: Object II.1) Scope of the procurement II.1.1) TitleWaste Oil and Oily Bilge Water Collection
II.1.2) Main CPV code90520000
II.1.3) Type of contractServices
II.1.4) Short descriptionCalMac 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 valueValue excluding VAT: 772 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: Yes
Tenders may be submitted for maximum 3 lots
II.2) DescriptionLot No: 1
II.2.1) TitleWaste Oil and Oily Bilge Water Collection - Firth of Clyde and Kintyre
II.2.2) Additional CPV code(s)90500000
II.2.3) Place of performanceNUTS code:
UKM
Main site or place of performance:
Various sites throughout the Firth of Clyde and Kintyre
II.2.4) Description of the procurementTenders 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 criteriaCriteria below:
Quality criterion: Technical / Weighting: 40
Price / Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationEconomic 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) TitleWaste Oil and Oily Bilge Water Collection - Oban and Mull
II.2.2) Additional CPV code(s)90500000
II.2.3) Place of performanceNUTS code:
UKM
Main site or place of performance:
Oban and Mull
II.2.4) Description of the procurementTenders 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 criteriaCriteria below:
Quality criterion: Technical / Weighting: 40
Price / Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationEconomic 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) TitleWaste Oil and Oily Bilge Water Collection - West Highlands
II.2.2) Additional CPV code(s)90500000
II.2.3) Place of performanceNUTS code:
UKM
Main site or place of performance:
Sconser, Uig, Ullapool, Mallaig
II.2.4) Description of the procurementTenders 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 criteriaCriteria below:
Quality criterion: Technical / Weighting: 40
Price / Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationEconomic 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 registersList 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 standingList 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
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
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe 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 participateDate: 13/04/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.7) Conditions for opening of tendersDate: 17/04/2023
Local time: 12:00
Section VI: Complementary information VI.1) Information about recurrenceThis 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 workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional informationAward 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 bodyScottish Courts and Tribunals Services
Sheriff Court House
Greenock
PA15 1TR
UK
VI.5) Date of dispatch of this notice14/03/2023
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 |
| 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 |
| ID | Description |
|---|---|
| 100 | UK - All |
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. |