Tender

Provision of Commercial Diving Services

  • CalMac Ferries Limited

F02: Contract notice

Notice identifier: 2025/S 000-007361

Procurement identifier (OCID): ocds-h6vhtk-04e846 (view related notices)

Published 27 February 2025, 10:05am



The closing date and time has been changed to:

7 April 2025, 4:30pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

Contact

Ryan Armour

Email

Ryan.Armour@calmac.co.uk

Telephone

+44 1475650230

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.calmac.co.uk

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

Email

Ryan.Armour@calmac.co.uk

Telephone

+44 1475650100

Country

United Kingdom