Section one: Contracting authority
one.1) Name and addresses
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
Contact
Ryan Armour
Telephone
+44 1475650230
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
one.4) Type of the contracting authority
Other type
Ferry Operator
one.5) Main activity
Other activity
Ferry Operator
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Commercial Diving Services
two.1.2) Main CPV code
- 98363000 - Diving services
two.1.3) Type of contract
Services
two.1.4) Short description
This requirement is for Commercial Diving services, and it is required across various areas of the CalMac Ferries Ltd network.
two.1.5) Estimated total value
Value excluding VAT: £480,337
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 98363000 - Diving services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The diving services are required at various harbour location within CFL’s network where the company’s Ferry Services operate and where vessels berth overnight.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.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
There will be a two 12-month extension options available.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
The Bidder must provide its (general) yearly turnover for the last 3 financial years.
It is a requirement of this contract that Bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below:-
Employer's (Compulsory) Liability Insurance = 5 million GBP;
Public Liability Insurance - 5 million GBP;
Product Liability Insurance - 5 million GBP
Professional Risk Indemnity Insurance - 5 million GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards in accordance with BS EN ISO 9001:2015 (or equivalent) or produce other means of proof concerning the quality assurance schemes.
Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required health and safety standards in accordance with BS OHSAS 18001:2007 Health & Safety Management Systems or working towards ISO 45001:2018 Occupational Health & Safety Management System (or equivalent) or produce other means of proof concerning the health and safety standards.
Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards in accordance with BS EN ISO 14001:2015 (or equivalent) or produce other means of proof concerning required environmental management systems or standards
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
All commercial diving operations undertaken for CFL and/or within company-operated harbours must comply with the following legislation:
The Health and Safety at Work Act and associated legislation including, but not limited to;
Diving at Work Regulations (DWR) and the appropriate ACOP(s);
First Aid at Work Regulations;
Lifting Operations and Lifting Equipment Regulations (LOLER);
Provision and Use of Work Equipment Regulations (PUWER);
Personal Protective Equipment (PPE) At Work Regulations;
Control of Substances Hazardous to Health (COSHH) Regulations;
Construction Design and Management (CDM)Regulations
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
2 May 2025
Local time
12:00pm
Changed to:
Date
7 April 2025
Local time
4:30pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
2 May 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: These services are regularly required and the intention to re-tender in the next 2-4 years depending on utilisation of extension options.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A summary of the expected community benefits has been provided as follows:
The following ratios must be confirmed based on your latest set of published accounts.
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28652. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community Benefits will apply to this contract due to the potential employment of local individuals.
(SC Ref:791715)
six.4) Procedures for review
six.4.1) Review body
Scottish Courts and Tribunals Services
Sherriff Court House
Greenock
PA15 1TR
Telephone
+44 1475650100
Country
United Kingdom