Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Occupational Health and Employee Assistance Programme

  • First published: 11 August 2025
  • Last modified: 11 August 2025
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-05816b
Published by:
CalMac Ferries Limited
Authority ID:
AA21565
Publication date:
11 August 2025
Deadline date:
04 September 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

CalMac Ferries Ltd (CFL) will go to Tender to establish an Agreement with a suitably experienced and qualified Supplier for the Occupational Health and Employee Assistance Programme requirement. The successful Supplier should be able to meet this requirement by providing a cost effective and efficient service that will meet the needs of the stakeholders.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

UK

Contact person: Ryan Armour

Telephone: +44 1475650230

E-mail: Ryan.Armour@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

Other: Ferry Operator

I.5) Main activity

Other: Ferry Operator

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of Occupational Health and Employee Assistance Programme

Reference number: CSHR25-481

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

CalMac Ferries Ltd (CFL) will go to Tender to establish an Agreement with a suitably experienced and qualified Supplier for the Occupational Health and Employee Assistance Programme requirement. The successful Supplier should be able to meet this requirement by providing a cost effective and efficient service that will meet the needs of the stakeholders.

II.1.5) Estimated total value

Value excluding VAT: 290 162.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Occupational Health

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

avid MacBrayne HR (UK) Ltd (DMHR) has the requirement to establish a Framework Agreement for Occupational Health (OH) and Employee Assistance Programme (EAP) services, with the aim of boosting wellbeing and ultimately reducing absence and sickness.

​Lot 1 – Occupational Health

​Core services include:

​Case referrals

​Case conferences

​Ill health retirement assessments

​Pre-employment referrals

​Full medicals

​Generic advice - case management

​None core services:

​Statutory and non-statutory health surveillance

​Injury benefits and other pension benefits

​Health screening

​Lifestyle screening

​Immunisation/vaccination

​Workplace assessments

​Specialist medicals/examinations

​Diagnostic testing and laboratory investigations

​Specialist interventions and alternative therapies

​Health promotion activity

​Neurodiverse support

​overseas work advice

​Awareness training and support for policy development

​Onsite service delivery

​Home visits

​'Fast track'/emergency appointment

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

​​Up to an additional 24 months which may be split into two 12-month extension options ​

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

Candidates will be evaluated against award criteria.

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

Lot No: 2

II.2.1) Title

Employee Assistance Programme

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

​Employee Assistance Programme (EAP) provides support and guidance to the employees to help them deal with personal and work-related problems.

​EAP includes:

​Telephone counselling services

​Face-to-face counselling sessions

​Mental health support

​Bereavement support

​Neurodiversity support

​Information services

​Online information system

​Advice for carers

​Advice for management staff, for example, mental health, available via website

​Referral procedures ​

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

​​Up to an additional 24 months which may be split into two 12-month extension options ​

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

Candidates will be evaluated against the award criteria.

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.1.2) Economic and financial standing

List and brief description of selection criteria:

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 required:

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

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 2

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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: 04/09/2025

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 04/09/2025

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 02/10/2025

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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 PQQ exercise. The Project code is 29782 . For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

(SC Ref:806327)

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

05/08/2025

Coding

Commodity categories

ID Title Parent category
85100000 Health services Health and social work services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Ryan.Armour@calmac.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.