黑料社

Construction Tenders

06 April 2026

Related Information

Construction Contract Leads

Scotland

Category Services

Type Tender

No. of Lots 1

Status Active

Published 5th Mar 2026

Tender Details
Referenceocds-h6vhtk-066310
Common Procurement VocabularyLift-maintenance services
Procurement MethodOpen procedure
Value£300,000
« Previous Page

Scotland

Category Services

Type Tender

No. of Lots 1

Status Active

Published 5th Mar 2026

Tender Details
Referenceocds-h6vhtk-066310
Common Procurement VocabularyLift-maintenance services
Procurement MethodOpen procedure
Value£300,000

Section I: Contracting authority

I.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

Contact

Alison Ure

Email

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