Construction Tenders

14 February 2026

Related Information

Construction Contract Leads

Scotland

Category Services

Type Tender

No. of Lots 1

Status Active

Published 4th Feb 2026

Tender Details
Referenceocds-h6vhtk-064732
Common Procurement VocabularyMarine survey services
Procurement MethodOpen procedure
Value£300,000
More Tenders »

Scotland

Category Services

Type Tender

No. of Lots 1

Status Active

Published 4th Feb 2026

Tender Details
Referenceocds-h6vhtk-064732
Common Procurement VocabularyMarine survey services
Procurement MethodOpen procedure
Value£300,000

Section I: Contracting authority

I.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

Contact

Calum Bell

Email

calum.bell [at] calmac.co.uk

Telephone

+44 1475650232

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.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