Contract notice
Section I: Contracting
authority
I.1) Name and addresses
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
UK
Contact person: Alison Clark
Telephone: +44 1475650243
E-mail: alison.ure@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
Vessel Lift Inspection & Maintenance and Call Out Repairs & Supply of parts
Reference number: FMBU25-006
II.1.2) Main CPV code
50750000
II.1.3) Type of contract
Services
II.1.4) Short description
CFL wish to set up a Framework Agreement for maintenance and inspection of all elevators on CFL vessels, CFL require the services of qualified and experienced personnel to ensure that all vessel elevators are maintained and tested to the highest standard. Additionally, CFL wish to set up a Framework for emergency repairs as and when required, this will cover all of CFL berthing locations.
II.1.5) Estimated total value
Value excluding VAT:
809 244.00
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
Vessel Lift Inspection & Maintenance
II.2.2) Additional CPV code(s)
42416100
50750000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
All of CFL berthing locations including shipyards.
II.2.4) Description of the procurement
CFL is seeking to award a Framework to one or more suppliers for the maintenance and testing of all elevators on CFL vessels. CFL require the services of qualified and experienced personnel to ensure that all vessel elevators are maintained and tested to the highest standard.
CFL vessels operate on the west coast of Scotland and are maintained in shipyards throughout the UK, therefore the supplier must be prepared to travel to work on this equipment.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical and Quality
/ Weighting: 60
Price
/ Weighting:
40
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:
Optional extensions up to 24 months
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
Lot No: 2
II.2.1) Title
Vessel Lift Call Out and Repair
II.2.2) Additional CPV code(s)
50750000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
CFL vessels operate on the west coast of Scotland and are maintained in shipyards throughout the UK, therefore the supplier must be prepared to travel to work on this equipment.
II.2.4) Description of the procurement
CFL is seeking to award a Framework to one or more suppliers who has the capability to repair elevators within the fleet to ensure safety and operational reliability. CFL has a diverse fleet with a wide age range of vessels. Consequently, this means there are variety of manufactures throughout the fleet.
CFL vessels operate on the west coast of Scotland and are maintained in shipyards throughout the UK, therefore the supplier must be prepared to travel to work on this equipment.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical and Quality
/ Weighting: 60
Price
/ Weighting:
40
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:
Optional extensions up to 24 months.
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 detailed in Tender documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
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 several operators.
Envisaged maximum number of participants to the framework agreement: 3
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:
19/12/2025
Local time: 12:00
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
19/12/2025
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:
48 months
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 ITT exercise. The Project code is 30289. 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:812186)
VI.4) Procedures for review
VI.4.1) Review body
Greenock Sherriff Court
Sheriff Court House 1 Nelson Street
Greenock
PA15 1TR
UK
Telephone: +44 1475787073
E-mail: greenock@scotcourts.gov.uk
VI.4.2) Body responsible for mediation procedures
Greenock Sherriff Court
Sheriff Court House 1 Nelson Street
Greenock
PA15 1TR
UK
Telephone: +44 1475787073
E-mail: greenock@scotcourts.gov.uk
VI.4.4) Service from which information about the review procedure may be obtained
Greenock Sherriff Court
Sheriff Court House 1 Nelson Street
Greenock
PA15 1TR
UK
Telephone: +44 1475787073
E-mail: greenock@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
19/11/2025