Buyer Name: Caledonian Maritime Assets Ltd (Utility)
Buyer Address: Municipal Buildings, Fore Street, Port Glasgow, UKM83, PA14 5EQ, United Kingdom
Contact Name: Procurement
Contact Email: procurement@cmassets.co.uk
Contact Telephone: +44 1475749920
Buyer Name: Caledonian Maritime Assets Ltd (Utility)
Buyer Address: Municipal Buildings, Fore Street, Port Glasgow, UKM83, PA14 5EQ, United Kingdom
Contact Name: Procurement
Contact Email: procurement@cmassets.co.uk
Contact Telephone: +44 1475749920
CMAL wish to appoint a single source supplier in respect of the Civils and Marine Works Framework for the Small Vessels Replacement Programme (SVRP) projects. The 7 sits are Colintraive Ferry Terminal - Argyle and Bute, Portavadie Ferry Terminal - By Tighnabruaich Argyle, Largs Ferry Terminal, Tarbert (Loch Fyne) Ferry Terminal - Argyle and Bute, Lochaline Ferry Terminal - Highlands, Kilchoan Ferry Terminal - Ardamurchan and Tobermory Ferry Terminal - Isle of Mull
No linked documents found for this notice.
Lot Description: The framework scope includes: Pre-Construction support, site inspections, surveys and investigations. Construction of civil engineering and marine works. NEC4 Professional Services Short Contracts (PSSS) and Engineering and Construction Contracts (ECC) will be utilised.
Lot 1 Status: active
Lot 1 Has Options: No
Lot 1 Award Criterion (quality): Methodology
Lot 1 Award Criterion (quality): Programme
Lot 1 Award Criterion (quality): Lessons Learned
Lot 1 Award Criterion (quality): HSE Management
Lot 1 Award Criterion (quality): Project Risks
Lot 1 Award Criterion (quality): Key People
Lot 1 Award Criterion (quality): Quality Management
Lot 1 Award Criterion (quality): Community Benefits
{
"buyer": {
"id": "GB-FTS-909",
"name": "Caledonian Maritime Assets Ltd (Utility)"
},
"date": "2026-01-09T13:29:32Z",
"description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30869. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nA sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nPlease see section 2.1.10 of the Technical Envelope\n(SC Ref:819452)",
"id": "001868-2026",
"initiationType": "tender",
"language": "en",
"links": [
{
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000819452",
"rel": "canonical"
}
],
"ocid": "ocds-h6vhtk-0602d8",
"parties": [
{
"address": {
"countryName": "United Kingdom",
"locality": "Port Glasgow",
"postalCode": "PA14 5EQ",
"region": "UKM83",
"streetAddress": "Municipal Buildings, Fore Street"
},
"contactPoint": {
"email": "procurement@cmassets.co.uk",
"name": "Procurement",
"telephone": "+44 1475749920",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"details": {
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12082",
"classifications": [
{
"description": "Body governed by public law",
"id": "BODY_PUBLIC",
"scheme": "TED_CA_TYPE"
},
{
"description": "Harbour Authority \u0026 Asset Owner",
"scheme": "COFOG"
}
],
"url": "http://www.cmassets.co.uk"
},
"id": "GB-FTS-909",
"identifier": {
"legalName": "Caledonian Maritime Assets Ltd (Utility)"
},
"name": "Caledonian Maritime Assets Ltd (Utility)",
"roles": [
"buyer"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Greenock",
"postalCode": "PA15 1TR",
"streetAddress": "1 Nelson Street"
},
"id": "GB-FTS-106819",
"identifier": {
"legalName": "Greenock Sherriff Court"
},
"name": "Greenock Sherriff Court",
"roles": [
"reviewBody"
]
}
],
"tag": [
"tender"
],
"tender": {
"awardPeriod": {
"startDate": "2026-02-20T12:00:00Z"
},
"bidOpening": {
"address": {
"streetAddress": "Port Glasgow"
},
"date": "2026-02-20T12:00:00Z"
},
"classification": {
"description": "Works for complete or part construction and civil engineering work",
"id": "45200000",
"scheme": "CPV"
},
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicOrdering": true,
"hasElectronicPayment": true,
"performanceTerms": "Refer to tender documentation."
},
"coveredBy": [
"GPA"
],
"description": "CMAL wish to appoint a single source supplier in respect of the Civils and Marine Works Framework for the Small Vessels Replacement Programme (SVRP) projects. The 7 sits are Colintraive Ferry Terminal - Argyle and Bute, Portavadie Ferry Terminal - By Tighnabruaich Argyle, Largs Ferry Terminal, Tarbert (Loch Fyne) Ferry Terminal - Argyle and Bute, Lochaline Ferry Terminal - Highlands, Kilchoan Ferry Terminal - Ardamurchan and Tobermory Ferry Terminal - Isle of Mull",
"hasRecurrence": false,
"id": "CMAL0333",
"items": [
{
"additionalClassifications": [
{
"description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)",
"id": "44000000",
"scheme": "CPV"
},
{
"description": "Civil engineering consultancy services",
"id": "71311000",
"scheme": "CPV"
},
{
"description": "Civil engineering support services",
"id": "71311100",
"scheme": "CPV"
},
{
"description": "Infrastructure works consultancy services",
"id": "71311300",
"scheme": "CPV"
},
{
"description": "Structural engineering consultancy services",
"id": "71312000",
"scheme": "CPV"
},
{
"description": "Engineering services",
"id": "71300000",
"scheme": "CPV"
},
{
"description": "Consultative engineering and construction services",
"id": "71310000",
"scheme": "CPV"
},
{
"description": "Transport systems consultancy services",
"id": "71311200",
"scheme": "CPV"
},
{
"description": "Architectural and related services",
"id": "71200000",
"scheme": "CPV"
},
{
"description": "Architectural, engineering and planning services",
"id": "71240000",
"scheme": "CPV"
},
{
"description": "Construction machinery and equipment",
"id": "43300000",
"scheme": "CPV"
},
{
"description": "Construction equipment",
"id": "43320000",
"scheme": "CPV"
},
{
"description": "Environmental engineering consultancy services",
"id": "71313000",
"scheme": "CPV"
},
{
"description": "Environmental improvement works",
"id": "45262640",
"scheme": "CPV"
},
{
"description": "Environmental monitoring for construction",
"id": "71313450",
"scheme": "CPV"
},
{
"description": "Environmental Impact Assessment (EIA) services for construction",
"id": "71313440",
"scheme": "CPV"
},
{
"description": "Environmental standards for construction",
"id": "71313420",
"scheme": "CPV"
},
{
"description": "Works for complete or part construction and civil engineering work",
"id": "45200000",
"scheme": "CPV"
},
{
"description": "Civil engineering machinery",
"id": "43310000",
"scheme": "CPV"
},
{
"description": "Engineering design services for the construction of civil engineering works",
"id": "71322000",
"scheme": "CPV"
},
{
"description": "Quantity surveying services for civil engineering works",
"id": "71322100",
"scheme": "CPV"
},
{
"description": "Building construction work",
"id": "45210000",
"scheme": "CPV"
},
{
"description": "Site preparation work",
"id": "45100000",
"scheme": "CPV"
},
{
"description": "Site preparation and clearance work",
"id": "45111200",
"scheme": "CPV"
},
{
"description": "Blasting and associated rock-removal work",
"id": "45111210",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM63"
}
],
"deliveryLocation": {
"description": "Colintraive-Argyle and Bute. Portavadie-Argyle. Largs Terminal. Tarbert (LF) Argyle and Bute. Lochaline-Highlands. Kilchoan-Ardnamurchan. Tobermory-Isle of Mull."
},
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "18% of Quality",
"name": "Methodology",
"type": "quality"
},
{
"description": "15% of Quality",
"name": "Programme",
"type": "quality"
},
{
"description": "6% of Quality",
"name": "Lessons Learned",
"type": "quality"
},
{
"description": "5.4% of Quality",
"name": "HSE Management",
"type": "quality"
},
{
"description": "3% of Quality",
"name": "Project Risks",
"type": "quality"
},
{
"description": "9% of Quality",
"name": "Key People",
"type": "quality"
},
{
"description": "1.8% of Quality",
"name": "Quality Management",
"type": "quality"
},
{
"description": "1.8% of Quality",
"name": "Community Benefits",
"type": "quality"
},
{
"description": "40%",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"description": "The framework scope includes: Pre-Construction support, site inspections, surveys and investigations. Construction of civil engineering and marine works. NEC4 Professional Services Short Contracts (PSSS) and Engineering and Construction Contracts (ECC) will be utilised.",
"hasOptions": false,
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "No renewals. Extensions subject to NEC4 contract conditions."
},
"status": "active",
"submissionTerms": {
"variantPolicy": "allowed"
}
}
],
"mainProcurementCategory": "works",
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"selectionCriteria": {
"criteria": [
{
"appliesTo": [
"supplier"
],
"description": "Refer to tender documentation.",
"type": "suitability"
},
{
"appliesTo": [
"supplier"
],
"description": "SPD 4B 1.65.7 Economic and Financial Standing: Tenderers will be required to demonstrate their financial standing is sufficient to deliver the contract on time and within budget. To demonstrate this:\na) CMAL will obtain a financial report from Dun \u0026 Bradstreet or equivalent using the company registration number submitted by Tenderers (and where the Tenderer is a Consortium, for all members of their Consortium) with their response. If any Tenderer (including any Consortium member) is assessed as an overall business risk of \"high\"\u0027 the Tenderer will fail the economic and financial standing test.\nMinimum level(s) of standards required:\nSPD 4B 1.65.2 Insurance Levels: Tenderers require to confirm that they can commit to obtain, prior to the commencement of the contract the levels of insurance cover indicated\nPROFESSIONAL RISK INDEMNITY NEC4 Professional Services Short Contract (PSSC): The minimum indemnity limit of GBP Three million pounds sterling shall be taken out and maintained throughout the period of services.\nPROFESSIONAL RISK INDEMNITY NED4 Engineering and Construction Contracts (ECC) Option A: The minimum indemnity limit of GBP Five million pounds sterling shall be taken out and maintained throughout the period of services.\nEMPLOYERS (COMPULSORY) LIABILITY: The minimum indemnity limit of GBP Ten million pounds sterling shall be taken out and maintained throughout the period of services.\nPUBLIC LIABILITY: The minimum indemnity limit of Ten million pounds sterling shall be taken out and maintained throughout the period of services.",
"type": "economic"
},
{
"appliesTo": [
"supplier"
],
"description": "SPD 4C.1 1.66.2 Tenderers will be required to provide three (3) examples of projects which involved work of a similar scope, complexity and value to this project that demonstrate that the Tenderers have relevant capacity and experience to deliver the works as described in the contract notice and detailed in CMAL\u0027s tender documents Examples can be from the public and private sector and should be from projects completed within the last seven (7) years, preferably undertaking the NEC4 suite of contracts. It is essential that the Tenderer demonstrates projects that include: -civils and marine works -works undertaken in an operational ferry terminal, harbour, or vessel -contracts administered using the NEC4 Engineering \u0026 Construction (ECC) and Professional Services Short Contract (PSSC). For each of the 3 examples, the Tenderer should include: The contract price and programme duration -References for each project, giving referees name, company and contact details. Examples will be given a score of between 0-4 as per the scoring convention detailed within the Invitation to Tender document. A minimum pass mark of 2 or above is required to pass the selection stage. A score of 0-1 will be considered a fail and Tenderers who achieve this score will not progress to the next stage of the evaluation. CMAL may contact and/or visit customers identified by Tenderers within the SPD (Scotland) evaluation.",
"minimum": "SPD 4C.2 1.67.1 If Tenderers intend to use a supply chain to deliver the requirements detailed in the Contract Notice and tender documents, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of a) standard payment terms b) \u003e95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.\nIf the Tenderer is unable to confirm (c) they must provide an improvement plan, signed by their Director, which improves the payment performance.\nSPD 4C.7 1.68.1 Environmental Management Tenderers will be required to confirm they will employ environmental management measures that meet the requirements of the scope. Tenderers will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to:\n- A completed copy of the Tendering organisations \"relevant contract\" Climate Change Plan Template, including planned projects and actions to reduce the Tenderers carbon emissions. This does not need to contain calculated carbon emissions.\nIn order to achieve a pass, the Tenderer must demonstrate the measures they will employ to meet the minimum requirements. Responses will be given a score between 0-4 as per the scoring convention detailed within the Invitation to Tender document. A minimum pass mark of 2 or above is required to pass the selection stage. A score of 0-1 will be considered a fail and Tenderers who achieve this score will not progress to the next stage of the evaluation. In order to achieve a pass, Tenderers must demonstrate they have supply chain able to service the locations of the works and that they have systems in place to ensure prompt payment. Responses will be given a score of between 0-4 as per the scoring convention detailed within the Invitation to Tender document. A minimum pass mark of 2 or above is required to pass the selection stage. A score of 0-1 will be considered a fail and Tenderers who achieve this score will not progress to the next stage of the evaluation.\nSPD 4D.1 1.69.1 CMAL seek assurance on conformance to industry standards. Tenderers are therefore required to confirm they have systems in place that manage company standards in relation to the following: a) Quality Management b) Health \u0026 Safety Management c) Environmental Management. To demonstrate Quality Management processing being incorporated into company practices, tenderers can either provide evidence of ISO9001 or an equivalent certification. To demonstrate Health \u0026 Safety Management processes being incorporated into company practices, tenderers can either provide evidence of ISO45001 or an equivalent certification, or have, within the past 12 months, successfully met the assessment requirements of a construction related scheme in registered membership of the safety schemes in Procurement (SSOIP) forum. To demonstrate Environmental Management processes being incorporated into company practices, tenderers can either provide evidence of ISO4001 or an equivalent certification. Pass/Fail Question",
"type": "technical"
}
]
},
"status": "active",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"submissionTerms": {
"bidValidityPeriod": {
"durationInDays": 90
},
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"maximumParticipants": 1,
"periodRationale": "Works are planned around programme of vessel deployment."
},
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2026-02-20T12:00:00Z"
},
"title": "SVRP Civils \u0026 Marine Works Framework"
}
}