Construction Tenders

Thu May 02 2024

Related Information

Construction Contract Leads

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 19th Apr 2024

Tender Details
Referenceocds-h6vhtk-0453bc
Common Procurement VocabularySurveillance and security systems and devices
Procurement MethodOpen procedure
Value£800,000
More Tenders »

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 19th Apr 2024

Tender Details
Referenceocds-h6vhtk-0453bc
Common Procurement VocabularySurveillance and security systems and devices
Procurement MethodOpen procedure
Value£800,000

Section I: Contracting authority

I.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

Contact

Claire Galloway

Email

claire.galloway [at] calmac.co.uk

Telephone

+44 01475650230

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.calmac.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923

I.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

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/

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 CCTV Upgrades

Reference number

AMRE23-004

II.1.2) Main CPV code

  • 35120000 - Surveillance and security systems and devices

II.1.3) Type of contract

Supplies

II.1.4) Short description

Framework Agreement for the design, supply (including delivery, storage and preservation), installation and commissioning of CCTV Upgrades on CFL vessels. This framework will cover all CFL vessels, the first vessel to use the framework will be the MV Isle of Arran.

II.1.5) Estimated total value

Value excluding VAT: £800,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 35121000 - Security equipment
  • 35120000 - Surveillance and security systems and devices
  • 35125300 - Security cameras
  • 50610000 - Repair and maintenance services of security equipment
  • 79710000 - Security services
  • 34930000 - Marine equipment
  • 50240000 - Repair, maintenance and associated services related to marine and other equipment

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

Framework Agreement for the design, supply (including delivery, storage and preservation), installation and commissioning of CCTV Upgrades on CFL vessels. This framework will cover all CFL vessels, the first vessel to use the framework will be the MV Isle of Arran.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

II.2.6) Estimated value

Value excluding VAT: £800,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Possible 12 month extension

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.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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 a single operator

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

Date

20 May 2024

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: 19 August 2024

IV.2.7) Conditions for opening of tenders

Date

20 May 2024

Local time

12:30pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: It is anticipated this tender will be repeated after 3 or 4 years

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 26587. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:764356)

VI.4) Procedures for review

VI.4.1) Review body

Greenock Sherift Court

Greenock

PA15 1TR

Country

United Kingdom