← Back to opportunities

Tiree Terminal New Building, Marshalling Area & Traffic Management Works

Caledonian Maritime Assets Ltd (Utility)

Buyer Contact Info

Buyer Name: Caledonian Maritime Assets Ltd (Utility)

Buyer Address: Municipal Buildings, Fore Street, Port Glasgow, UKM83, PA14 5EQ

Contact Name: Procurement

Contact Email: procurement@cmassets.co.uk

Contact Telephone: +44 1475749920

Status
active
Procedure
open
Value
n/a
Published
05 Jan 2026, 00:00
Deadline
06 Feb 2026, 12:00
Contract Start
n/a
Contract End
n/a
Category
works
CPV
44000000
Region
n/a
Awarded To
n/a
Official Source
Open Public Contracts Scotland

Description

The existing terminal building at Tiree as reached the end of its' serviceable life' and is to be replaced with a new, modern building along with additional works to increase the capacity of the marshalling area and improve the footways and road surfacing. The port will remain operational throughout the construction period.

Linked Documents

Some PCS documents require login and recording interest on the source portal before download links are available.

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN546445

Link Title: Tiree Terminal New Building, Marshalling Area & Traffic Management Works

Link Description: The existing terminal building at Tiree as reached the end of its' serviceable life' and is to be replaced with a new, modern building along with additional works to increase the capacity of the marshalling area and improve the footways and road surfacing. The port will remain operational throughout the construction period.

Lots

Lot Description: The scope of works includes the demolition of the existing terminal building, erection of temporary terminal buildings, construction of a new ferry terminal building, including the superstructure, roof, external walls, floors, building mechanical and electrical services and all internal finishes. The scope also includes increasing the marshalling area, resurfacing the existing marshalling area and car park, resurfacing existing footpaths and the installation of new road signs and road markings. Once the new terminal building is completed, the ferry operator will vacate the temporary, modular terminal building which will then be required to be removed from site. Construction works require to be phased.

Lot 1 Status: active

Lot 1 Has Options: No

Lot 1 Award Criterion (quality): Methodology & Phasing of works

Documents

Document Title: Tiree Terminal New Building, Marshalling Area & Traffic Management Works

Document Description: The existing terminal building at Tiree as reached the end of its' serviceable life' and is to be replaced with a new, modern building along with additional works to increase the capacity of the marshalling area and improve the footways and road surfacing. The port will remain operational throughout the construction period.

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "org-98",
    "name": "Caledonian Maritime Assets Ltd (Utility)"
  },
  "date": "2026-01-05T00:00:00Z",
  "description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30835. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\r\n A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363\r\n Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\r\n A summary of the expected community benefits has been provided as follows:\r\n Tenderers refer to section 2.3.8 of the Technical Envelope\r\n (SC Ref:818749)",
  "id": "rls-83-JAN546445",
  "initiationType": "tender",
  "language": "EN",
  "links": [
    {
      "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000818749",
      "rel": "canonical"
    }
  ],
  "ocid": "ocds-r6ebe6-0000818749",
  "parties": [
    {
      "address": {
        "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": {
        "classifications": [
          {
            "id": "Body governed by public law",
            "scheme": "TED_CA_TYPE"
          },
          {
            "id": "Harbour Authority \u0026 Asset Owner",
            "scheme": "COFOG"
          }
        ],
        "url": "http://www.cmassets.co.uk"
      },
      "id": "org-98",
      "identifier": {
        "legalName": "Caledonian Maritime Assets Ltd (Utility)"
      },
      "name": "Caledonian Maritime Assets Ltd (Utility)",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "locality": "Greenock",
        "postalCode": "PA15 1TR",
        "streetAddress": "1 Nelson Street"
      },
      "contactPoint": {
        "url": "http://"
      },
      "id": "org-99",
      "identifier": {
        "legalName": "Greenock Sherriff Court"
      },
      "name": "Greenock Sherriff Court",
      "roles": [
        "reviewBody"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "awardPeriod": {
      "startDate": "2026-02-06T12:00:00Z"
    },
    "bidOpening": {
      "address": {
        "streetAddress": "Port Glasgow"
      },
      "date": "2026-02-06T12:00:00Z"
    },
    "classification": {
      "id": "45210000",
      "scheme": "CPV"
    },
    "contractTerms": {
      "electronicInvoicingPolicy": "allowed",
      "hasElectronicOrdering": true,
      "hasElectronicPayment": true,
      "performanceTerms": "Refer to tender documentation."
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "The existing terminal building at Tiree as reached the end of its\u0027 serviceable life\u0027 and is to be replaced with a new, modern building along with additional works to increase the capacity of the marshalling area and improve the footways and road surfacing. The port will remain operational throughout the construction period.",
    "documents": [
      {
        "description": "The existing terminal building at Tiree as reached the end of its\u0027 serviceable life\u0027 and is to be replaced with a new, modern building along with additional works to increase the capacity of the marshalling area and improve the footways and road surfacing. The port will remain operational throughout the construction period.",
        "documentType": "contractNotice",
        "format": "text/html",
        "id": "JAN546445",
        "title": "Tiree Terminal New Building, Marshalling Area \u0026 Traffic Management Works",
        "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN546445"
      }
    ],
    "hasRecurrence": false,
    "id": "CMAL0332",
    "items": [
      {
        "additionalClassifications": [
          {
            "id": "44000000",
            "scheme": "CPV"
          },
          {
            "id": "45220000",
            "scheme": "CPV"
          },
          {
            "id": "44211100",
            "scheme": "CPV"
          },
          {
            "id": "14213200",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "region": "UKM63"
          }
        ],
        "deliveryLocation": {
          "description": "The island of Tiree, the most westerly island of the Inner Hebrides, located approx. 60 miles from Oban."
        },
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "32014L0024",
      "scheme": "CELEX"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "18",
              "name": "Methodology \u0026 Phasing of works",
              "type": "quality"
            },
            {
              "description": "40%",
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "durationInDays": 450
        },
        "description": "The scope of works includes the demolition of the existing terminal building, erection of temporary terminal buildings, construction of a new ferry terminal building, including the superstructure, roof, external walls, floors, building mechanical and electrical services and all internal finishes. The scope also includes increasing the marshalling area, resurfacing the existing marshalling area and car park, resurfacing existing footpaths and the installation of new road signs and road markings. Once the new terminal building is completed, the ferry operator will vacate the temporary, modular terminal building which will then be required to be removed from site. Construction works require to be phased.",
        "hasOptions": false,
        "hasRenewal": false,
        "id": "1",
        "status": "active",
        "submissionTerms": {
          "variantPolicy": "allowed"
        }
      }
    ],
    "mainProcurementCategory": "works",
    "otherRequirements": {
      "requiresStaffNamesAndQualifications": true
    },
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "selectionCriteria": {
      "criteria": [
        {
          "description": "SPD 4B 1.66.7 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:\r\n a) 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.",
          "minimum": "SPD 4B 1.66.2 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\r\n PROFESSIONAL RISK INDEMNITY: The minimum indemnity limit of GBP two million pounds sterling shall be taken out and maintained throughout the period of services in respect of each claim without limit to the number of claims.\r\n EMPLOYERS (COMPULSORY) LIABILITY: The minimum indemnity limit of GBP ten million pounds sterling shall be taken out and maintained throughout the period of services in respect of each claim without limit to the number of claims.\r\n PUBLIC LIABILITY: The minimum indemnity limit of 5 million pounds sterling shall be taken out and maintained throughout the period of services in respect of each claim without limit to the number of claims.",
          "type": "economic"
        },
        {
          "description": "SPD 4C.1 1.67.2 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 project completed within the last seven (7) years, preferably undertaking the JCT or SBCC suite of contracts (page limit no more than 1 side A4 paper per project). Emphasis where possible should be placed on projects that can demonstrate the following\r\n - working within an operational, marine environment\r\n - working in a remote, island location\r\n - new build projects rather than refurbishment\r\n - details on any established supply chain in the Western Isles or Inner Hebrides if applicable.\r\n 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. Maximum 3 sides A4 paper arial font 11 per project. Please do not include URLs or external links in this submission.",
          "minimum": "SPD 4C.2 1.68.1 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.\r\n If the Tenderer is unable to confirm (c) they must provide an improvement plan, signed by their Director, which improves the payment performance.\r\n SPD 4C.7 1.69.1 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:\r\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.\r\n In 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.",
          "type": "technical"
        }
      ]
    },
    "status": "active",
    "submissionMethod": [
      "electronicSubmission"
    ],
    "submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk/",
    "submissionTerms": {
      "bidValidityPeriod": {
        "durationInDays": 90
      },
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2026-02-06T12:00:00Z"
    },
    "title": "Tiree Terminal New Building, Marshalling Area \u0026 Traffic Management Works"
  }
}