Section one: Contracting authority
one.1) Name and addresses
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
Contact
Wojciech Smagiel
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
Body governed by public law
one.5) Main activity
Other activity
Ferry Operator
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Drug and Alcohol Testing
Reference number
CSHR25-476
two.1.2) Main CPV code
- 85148000 - Medical analysis services
two.1.3) Type of contract
Services
two.1.4) Short description
David MacBrayne HR (UK) Ltd (DMLHR) is seeking to award a Framework Agreement for the Drug and Alcohol Testing requirements of the business.
two.1.5) Estimated total value
Value excluding VAT: £192,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38544000 - Drug detection apparatus
- 71620000 - Analysis services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- UKM - Scotland
- UKM6 - Highlands and Islands
two.2.4) Description of the procurement
David MacBrayne HR (UK) Ltd (DMLHR) is seeking to award a Framework Agreement for the Drug and Alcohol Testing requirements of the business.
two.2.5) Award criteria
Quality criterion - Name: Quality/Technical / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £192,000
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
2 x 12 months extension options
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in the SPD on the Public Contracts Scotland - Tender portal.
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.
The Bidder must provide its (specific) yearly turnover in the business area(s) covered by the contract for the last 3 financial years.
The Bidder must provide suitable financial ratio information.
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.
Minimum level(s) of standards possibly required
Minimum annual turnover - 192000.00 GBP
Employer's (Compulsory) Liability Insurance = 5 million GBP;
Public Liability Insurance - 5 million GBP;
Product Liability Insurance - 5 million GBP
Professional Risk Indemnity Insurance - 2 million GBP
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
has context menu
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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
Date
16 May 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
16 May 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: April 2029
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
Previous tender reference: JAN404564
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28938. For more information see:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/122640890195F1225C5C
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28938. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:794921)
six.4) Procedures for review
six.4.1) Review body
Scottish Courts and Tribunals Services
Sherriff Court House
Greenock
PA15 1TR
Country
United Kingdom