Construction Contract Leads
Scotland
Category Services
Type Tender
No. of Lots 1
Status Active
Published 4th Feb 2026
| Reference | ocds-h6vhtk-064732 |
| Common Procurement Vocabulary | Marine survey services |
| Procurement Method | Open procedure |
| Value | £300,000 |
Scotland
Category Services
Type Tender
No. of Lots 1
Status Active
Published 4th Feb 2026
| Reference | ocds-h6vhtk-064732 |
| Common Procurement Vocabulary | Marine survey services |
| Procurement Method | Open procedure |
| Value | £300,000 |
Section I: Contracting authority
I.1) Name and addresses
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
Contact
Calum Bell
calum.bell [at] calmac.co.uk
Telephone
+44 1475650232
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923
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
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/
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
Marine Engineering Support Framework
Reference number
62662/FMRE25-006
II.1.2) Main CPV code
- 71354500 - Marine survey services
II.1.3) Type of contract
Services
II.1.4) Short description
Engineering Support for Project work on CalMac Vessels
II.1.5) Estimated total value
Value excluding VAT: £300,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 71354500 - Marine survey services
- 73112000 - Marine research services
- 45220000 - Engineering works and construction works
- 71336000 - Engineering support services
II.2.3) Place of performance
NUTS codes
- UKM - Scotland
II.2.4) Description of the procurement
CalMac Ferries Ltd (CFL) is seeking to award a framework for Engineering Support to assist on technical projects when required. This shall include detailed vessel surveys to support design and engineering activities.
II.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
II.2.6) Estimated value
Value excluding VAT: £300,000
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
12 Months
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
Details in tender pack.
III.1.2) Economic and financial standing
List and brief description of selection criteria
Selection criteria as stated in the procurement documents.
Based on the latest set of published accounts, bidders will be required to provide the following Financial ratios:
1- Return on Capital Employed: must be at a ratio greater than “0”
2- Acid Test (Current Ratio): Current Ratio must be greater than “1”
3- Gearing: Gearing must be a figure of less than 100%
4- Interest Coverage: Interest Coverage must be a figure of 2 or above
Minimum level(s) of standards possibly required
Professional Risk Indemnity Insurance: 500,000 GBP
Employer's (Compulsory) Liability: 2M GBP
III.1.3) Technical and professional ability
List and brief description of selection criteria
Selection criteria as stated in the procurement documents.
Minimum level(s) of standards possibly required
It is expected that:
Engineer level - a resource suitably qualified and experienced to provide Engineering Services to the satisfaction of Class/Flag. This is expected to be an individual with over 5 years’ experience in a similar role in the marine industry, qualified to degree level, a member of a recognised institution (IMarEST for example) leading to chartership. A lesser qualified individual who has 15 plus years of experience and an HNC/HND qualification in the appropriate Engineering Standard.
Designer level - a resource suitably qualified to produce designs/drawings to a suitable level and clarity to allow approval by Class/Flag. This is expected to be an individual with over 5 years’ experience in a similar role in the marine industry, qualified to HNC/HND qualification in this discipline.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Information in tender pack.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
9 March 2026
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
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
9 March 2026
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: 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 31104. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:822436)
VI.4) Procedures for review
VI.4.1) Review body
Greenock Sheriff Court
Greenock
Country
United Kingdom
