Construction Contract Leads
Scotland
Category Services
Type Tender
No. of Lots 1
Status Active
Published 5th Mar 2026
| Reference | ocds-h6vhtk-066310 |
| Common Procurement Vocabulary | Lift-maintenance services |
| Procurement Method | Open procedure |
| Value | £300,000 |
Scotland
Category Services
Type Tender
No. of Lots 1
Status Active
Published 5th Mar 2026
| Reference | ocds-h6vhtk-066310 |
| Common Procurement Vocabulary | Lift-maintenance services |
| Procurement Method | Open procedure |
| Value | £300,000 |
Section I: Contracting authority
I.1) Name and addresses
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
Contact
Alison Ure
alison.ure [at] calmac.co.uk
Telephone
+44 1475650243
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
I.2) Information about 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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity
Ferry Operator
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
鈥嬧婨xamination, testing and certification of lifting equipment, associated lifting accessories and cargo securing arrangements鈥
II.1.2) Main CPV code
- 50750000 - Lift-maintenance services
II.1.3) Type of contract
Services
II.1.4) Short description
鈥嬧婨xamination, testing and certification of lifting equipment, associated lifting accessories and cargo securing arrangements鈥
II.1.5) Estimated total value
Value excluding VAT: 拢300,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 50750000 - Lift-maintenance services
II.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
West Coast of Scotland plus associated drydocking yards used by CFL (detailed in Specification of Requirement).
II.2.4) Description of the procurement
鈥嬧婥FL operates a fleet which currently consists of 36 ferries on the West Coast of Scotland and there will be an increase in our fleet within the next few years. To enable our ferries to provide an everyday life-line service they must be maintained to meet legislative requirements verified by stringent external bodies and codes of practice.
鈥婥FL is seeking to award a contract to a supplier who has the capability to ensure lifting equipment, lifting accessories and cargo securing arrangements within the fleet are inspected, tested and certified to ensure safety and operational reliability.
鈥嬧婥FL 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 provide the service required.
鈥嬧嬧嬧婽he strategic objective is firstly to have formal Contract with single supplier to provide:
鈥- Annual inspection of all lifting equipment and accessories.
鈥- Five (5) year thorough examination and testing of all lifting equipment and accessories.
鈥- Inspection and testing of cargo securing arrangements.
鈥- Maintain lifting equipment register and tagging system.
- 鈥婱aintain cargo securing equipment register.
鈥- Disposal of condemned equipment.
鈥嬧嬧- Offer best value for money.
Please note it is a mandatory requirement bidder has similar previous experience, good knowledge of CFL鈥檚 locations and LEEA qualified engineers, and certified in LOLER inspection and testing and able to meet all the requirements detailed in Section III.1.3 Technical & Professional Ability of this Contract Notice.
II.2.5) Award criteria
Quality criterion - Name: Technical and Quality / Weighting: 40
Price - Weighting: 60
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
Up to 24 month optional extension.
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
Minimum required turnover per year: 100,000 GBP per year.
Bidder should provide its 鈥済eneral鈥 and "specific" yearly turnover.
The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Professional Risk Indemnity: 5,000,000 GBP
Employer's (Compulsory) Liability: 5,000,000 GBP
Public Liability: 5,000,000 GBP
Product Liability: 5,000,000 GBP
III.1.3) Technical and professional ability
List and brief description of selection criteria
鈥婨ach item of lifting equipment and associated lifting accessories identified must be subject to thorough examination, as laid down in the Merchant Shipping and Fishing Vessels (Lifting Operations and Lifting Equipment) Regulations and certificate issued confirming status. This certificate should be in the format illustrated in Code of Safe Working Practices for Merchant Seafarers 2025, Annex 19.1.
Applicable Marine guidance
MGN 331
MGN 332
MGN 533
MGN 560
MGN 621
MGN 636
Regulatory requirements
All works completed in compliance of the following regulations
The Provision and Use of Work Equipment Regulations
Lifting operations and lifting equipment regulations
Code of safe working practices for merchant seafarers 2025
IMO MSC.1/Circ.1331
Certification requirements
Servicing personnel must be suitably qualified to carry out the specified works
LEEA qualified engineers
Certified in LOLER inspection and testing
CFL will request proof of any of the above mentioned certification
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the 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
7 April 2026
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
7 April 2026
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 24 or 48 months depending on optional extension period.
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
It is a mandatory requirement that you should have similar previous experience to CFL鈥檚 requirements, certified as detailed in 3.8 of Invitation to Tender (ITT) document, ability to complete all works in compliance with 3.7 Regulations of ITT document, and fully aware of the logistics and willingness to travelling to CFL鈥檚 locations. If you do not, then your bid will be rejected.
Please note the following has been deleted from SPD:
2A Lots,
4B.1.2 & 4B.2.2 Averages; 4B.4 Financial Ratios,
4C Works; 4C Services; 4C Products,
4E Global Question,
5 Reduction of number of qualified candidates.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 62896. For more information see:
A sub-contract clause has been included in this contract. For more information see:
(SC Ref:824131)
VI.4) Procedures for review
VI.4.1) Review body
Greenock Sherriff Court
Sheriff Court House 1 Nelson Street
Greenock
PA15 1TR
Country
United Kingdom
VI.4.2) Body responsible for mediation procedures
Greenock Sherriff Court
Sheriff Court House 1 Nelson Street
Greenock
PA15 1TR
Country
United Kingdom
VI.4.4) Service from which information about the review procedure may be obtained
Greenock Sherriff Court
1 Nelson Street
Greenock
PA15 1TR
Country
United Kingdom
