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

Vessel Lift Inspection & Maintenance and Call Out Repairs & Supply of parts

  • First published: 20 November 2025
  • Last modified: 20 November 2025
  • Version: N/A
  • Record interest

     

  • 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)

Contents

Summary

OCID:
ocds-h6vhtk-05e45b
Published by:
CalMac Ferries Limited
Authority ID:
AA21565
Publication date:
20 November 2025
Deadline date:
19 December 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

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: 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

Coding

Commodity categories

ID Title Parent category
50750000 Lift-maintenance services Repair and maintenance services of building installations
42416100 Lifts Lifts, skip hoists, hoists, escalators and moving walkways

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:
alison.ure@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.