Contract notice
Section I: Contracting
authority
I.1) Name and addresses
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
UK
Contact person: Wojciech Smagiel
Telephone: +44 1475650230
E-mail: wojciech.smagiel@calmac.co.uk
NUTS: UKM
Internet address(es)
Main address: http://www.calmac.co.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923
I.2) 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 abovementioned address
Tenders or requests to participate must be sent electronically to:
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: Ferry Operator
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Drug and Alcohol Testing
Reference number: CSHR25-476
II.1.2) Main CPV code
85148000
II.1.3) Type of contract
Services
II.1.4) Short description
David MacBrayne HR (UK) Ltd (DMLHR) is seeking to award a Framework Agreement for the Drug and Alcohol Testing requirements of the business.
II.1.5) Estimated total value
Value excluding VAT:
192 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
38544000
71620000
II.2.3) Place of performance
NUTS code:
UK
UKM
UKM6
II.2.4) Description of the procurement
David MacBrayne HR (UK) Ltd (DMLHR) is seeking to award a Framework Agreement for the Drug and Alcohol Testing requirements of the business.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality/Technical
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
192 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
2 x 12 months extension options
II.2.9) Information about the limits on the number of candidates to be invited
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:
As stated in the SPD on the Public Contracts Scotland - Tender portal.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
The Bidder must provide its (general) yearly turnover for the last 3 financial years.
The Bidder must provide its (specific) yearly turnover in the business area(s) covered by the contract for the last 3 financial years.
The Bidder must provide suitable financial ratio information.
It is a requirement of this contract that Bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below.
Minimum level(s) of standards required:
Minimum annual turnover - 192000.00 GBP
Employer's (Compulsory) Liability Insurance = 5 million GBP;
Public Liability Insurance - 5 million GBP;
Product Liability Insurance - 5 million GBP
Professional Risk Indemnity Insurance - 2 million GBP
The following ratios must be confirmed based on your latest set of published accounts.
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
has context menu
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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 with a single operator.
IV.1.8) Information about 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:
16/05/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
16/05/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
April 2029
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
Previous tender reference: JAN404564
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28938. For more information see:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/122640890195F1225C5C
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28938. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:794921)
VI.4) Procedures for review
VI.4.1) Review body
Scottish Courts and Tribunals Services
Sherriff Court House
Greenock
PA15 1TR
UK
VI.5) Date of dispatch of this notice
16/04/2025