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