Refit of MRV Alba na Mara (Ангилья - Тендер #46071510) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 46071510 Дата публикации: 12-09-2023 Источник тендера: Sell2Wales – Government´s Initiative |
||
Scottish Government
Marine Directorate, Marine Laboratory, 375 Victoria Road, Torry
Aberdeen
AB11 9DB
UK
Contact person: Bob McLeod
Telephone: +44 1312442500
E-mail: bob.mcleod@gov.scot
NUTS: UKM
Internet address(es)
Main address: http://www.scotland.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
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:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activityGeneral public services
Section II: Object II.1) Scope of the procurement II.1.1) TitleRefit of MRV Alba na Mara
Reference number: CASE/324297
II.1.2) Main CPV code50241100
II.1.3) Type of contractServices
II.1.4) Short descriptionA refit for MRV Alba na Mara is required over a three year period in March 2024, February 2025 and 2026. Unplanned emergency maintenance may also be required during the period of the contract.
II.1.5) Estimated total valueValue excluding VAT: 300 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: No
II.2) Description II.2.2) Additional CPV code(s)50241000
50240000
50000000
II.2.3) Place of performanceNUTS code:
UK
Main site or place of performance:
At Suppliers Yard
II.2.4) Description of the procurementA refit for MRV Alba na Mara is required over a three year period in March 2024, February 2025 and 2026. Unplanned emergency maintenance may also be required during the period of the contract.
II.2.5) Award criteriaCriteria below:
Quality criterion: Understanding and Delivery of Requirements / Weighting: 30
Quality criterion: Staff Competance, Knowledge & Experience / Weighting: 20
Quality criterion: Contract Management / Weighting: 15
Quality criterion: Risk, Quality Assurance and Health & Safety / Weighting: 15
Quality criterion: Corporate & Social Responsibilities / Weighting: 15
Quality criterion: Fair Work First / Weighting: 5
Price / Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemStart: 27/11/2023
End: 28/02/2026
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: Yes
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
Section III: Legal, economic, financial and technical information III.1) Conditions for participation III.1.2) Economic and financial standingList and brief description of selection criteria:
This section covers questions 4B1-6 of the SPD (Scotland).
Minimum level(s) of standards required:
4B2a: Bidders will be required to have a minimum "specific" yearly turnover of 150,000 GBP for the last two years.
In the event that the Bidder does not comply with this requirement, they will not be considered any further in this tendering exercise.
As evidence for the SPD (Scotland) question 4B2a, the Procurement Officer may ask for annual accounts from the bidder.
4B5: 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:
Employers (Compulsory) Liability Insurance = In accordance with the legal obligation for the time being enforced.
Public Liability Insurance = 5 Million GBP
4B6: Bidders must demonstrate a Current Ratio of greater than 0.8.
Current Ratio will be calculated as follows: net current assets divided by net current liabilities.
Please state whether you have applied IFRS15 to your accounts.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
III.1.3) Technical and professional abilityList and brief description of selection criteria:
Details of technical facilities, measures for ensuring quality and quality management procedures.
Minimum level(s) of standards required:
4C1.2: Bidders will be required to provide three examples over the last five years that demonstrate that they have the relevant experience to deliver the services/supplies as described in the Contract Notice or the relevant section of the site notice.
4C2: Bidders will be required to provide details of the technicians or technical bodies the bidder can call upon in relation to this procurement exercise.
4C3a: Bidders will be required to provide details of the technical facilities and measures for ensuring quality.
4C4: Bidders are required to provide a statement of the relevant supply chain management and/or tracking systems used.
4C5. Bidder will be requested to provide an opportunity for the bidder to check on technical capacity of the bidder and on their quality measures.
4C7: Bidders will be required to confirm what environmental management measures they will employ.
4C9: Bidders should provide details of relevant tools, plant or technical equipment available to you in relation to this procurement exercise.
4C10: Bidders will be required to confirm that whether they intend to subcontract and if so, for what proportion of the contract.
Quality Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
OR
2. The bidder must have the following:
A documented policy regarding quality management. The policy must set out the responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
III.2) Conditions related to the contract III.2.3) Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure IV.1) Description IV.1.1) Type of procedureOpen procedure
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: 11/10/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tendersDate: 11/10/2023
Local time: 12:00
Place:
Aberdeen
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: Yes
Estimated timing for further notices to be published:
September 2025
VI.2) Information about electronic workflowsElectronic ordering will be used
Electronic payment will be used
VI.3) Additional informationSPD will be scored on a pass/fail basis.
Question scoring methodology for Award Criteria outlined in Invitation to Tender.
0 - Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1 - 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.
2 - 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.
3 - 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.
4 - 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.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=538689.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=744398.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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.
(SC Ref:744398)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=744398
VI.4) Procedures for review VI.4.1) Review bodySheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
UK
Telephone: +44 1312252525
VI.5) Date of dispatch of this notice11/09/2023
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: | bob.mcleod@gov.scot |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 50000000 | Repair and maintenance services | Other Services |
| 50241000 | Repair and maintenance services of ships | Repair, maintenance and associated services related to marine and other equipment |
| 50240000 | Repair, maintenance and associated services related to marine and other equipment | Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment |
| 50241100 | Vessel repair services | Repair and maintenance services of ships |
| 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. |