色猫直播

色猫直播 Tenders

29 April 2025

Related Information

色猫直播 Contract Leads

No location provided

Category Services

Type

No. of Lots 3

Status Active

Published 3rd Apr 2025

Tender Details
Referenceocds-h6vhtk-048811
Common Procurement VocabularyFerry repair services
Procurement MethodOpen procedure
Value-
« Previous Page

No location provided

Category Services

Type

No. of Lots 3

Status Active

Published 3rd Apr 2025

Tender Details
Referenceocds-h6vhtk-048811
Common Procurement VocabularyFerry repair services
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

Email

ruairidh.black [at] calmac.co.uk

Telephone

+44 7974884681

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

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

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

Framework Agreement for Marine Turbocharger Overhaul and Maintenance

II.1.2) Main CPV code

  • 50241200 - Ferry repair services

II.1.3) Type of contract

Services

II.1.4) Short description

CFL has the requirement to enter into Agreement with Supplier(s) that are suitably experienced and qualified in providing overhaul and maintenance services for marine turbochargers.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Man B&W, and Napier Systems

Lot No

1

II.2.2) Additional CPV code(s)

  • 34310000 - Engines and engine parts

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

Overhaul and maintenance services on the following OEM specific systems.

Napier 357

Napier 307

Napier NT1-100

MAN B&W TCR20 41105

MAN B&W TCR 22-4

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The duration of 48 months comprises of an initial term of 24 months, followed by up to an additional 24 months extension option.

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) Description

II.2.1) Title

ABB, and Brown, Boveri & CIE (BBC) Systems

Lot No

2

II.2.2) Additional CPV code(s)

  • 34310000 - Engines and engine parts

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

Overhaul and maintenance services on the following OEM specific systems.

ABB TPS57-F32

Brown Boveri & Cie VTR 251-P2

Brown Boveri & Cie VTR 304-11

II.2.5) Award criteria

Quality criterion - Name: 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 duration of 48 months comprises of an initial term of 24 months, followed by up to an additional 24 months extension options.

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) Description

II.2.1) Title

KBB Systems

Lot No

3

II.2.2) Additional CPV code(s)

  • 34311000 - Engines

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

Overhaul and maintenance services on the following OEM specific systems.

KBB Type R4-3

KBB Type R3-2

KBB ST4

KBB ST5

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The duration of 48 months comprises of an initial term of 24 months, followed by up to an additional 24 months extension options.

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

Evidence of the following must be supplier during completion of the qualification (SPD) stage.

ISO 9001 quality assurance.

Environmental management.

Health and safety management.

OEM trained/qualified technicians.

III.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

Tenderers must confirm that they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below, it should be noted that CFL will require copies of insurance certificates:

Professional Risk Indemnity: GBP 5m for each claim

Employer's (Compulsory) Liability: GBP 5m for each claim

Public Liability: GBP 5m for each claim

Product Liability: GBP 5m for each claim

Tenderers must provide ratios based on the previous full financial year.

1- Return on Capital Employed: must be at a ratio greater than 鈥0鈥

2- Acid Test (Current Ratio): Current Ratio must be greater than 鈥1鈥

3- Gearing: Gearing must be a figure of less than 100%

4- Interest Coverage: Interest Coverage must be a figure of 2 or above

III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation 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 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

Framework agreement with several operators

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: 2024/S 000-024684

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

Date

5 May 2025

Local time

12:00pm

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

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 29 August 2025

IV.2.7) Conditions for opening of tenders

Date

5 May 2025

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: This requirement will be re-tendered upon completion of all agreed periods.

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 28914. For more information see:

A sub-contract clause has been included in this contract. For more information see:

(SC Ref:795183)

VI.4) Procedures for review

VI.4.1) Review body

Greenock Sherift Court

1 Nelson Street

Greenock

PA15 1TR

Country

United Kingdom