Section one: Contracting authority
one.1) Name and addresses
Caledonian Maritime Assets Ltd (Utility)
Municipal Buildings, Fore Street
Port Glasgow
PA14 5EQ
Contact
Denise Kyle
Telephone
+44 1475749920
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12082
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Cumbrae Slipway Reconstruction
Reference number
CMAL0337
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Cumbrae Ferry Slipway accommodates lifeline ferry services to the Isle of Cumbrae from Largs Pier on the mainland. The existing slipway is nearing the end of its useable lifespan. Works will be undertaken to reconstruct the slipway to the south of the existing slipway.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45200000 - Works for complete or part construction and civil engineering work
- 34953100 - Ferry ramps
- 45241000 - Harbour construction works
two.2.3) Place of performance
NUTS codes
- UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
Main site or place of performance
Cumbrae, an Island in the Firth of Clyde, situated in the southwestern part of Scotland (Ayrshire Coast), near Glasgow.
two.2.4) Description of the procurement
Cumbrae Ferry Slipway accommodates lifeline ferry services to the Isle of Cumbrae from Largs Pier on the mainland. The existing slipway is nearing the end of its useable lifespan. Works will be undertaken to reconstruct the slipway to the south of the existing slipway with the reclamation of land for the construction of a new marshalling area and a new pedestrian waiting area south and north of the new slipway, respectively. The project also includes the provision of a new terminal building, staff car park, bus stop, pedestrian drop lay-by, queuing shelter with a ticket kiosk, bike storage and maintenance station and upgraded utilities and signage for the development site and on public land for adoption by the Local Authority. The new terminal building will be constructed under a separate contract however the services and building foundation form part of this contract. Additionally, the public road is being raised, and protection is being installed to construct the marshalling area over an existing incoming watermain from the mainland.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Quality criterion - Name: Price / Weighting: 40%
Price - Weighting: Price
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
No
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
Minimum level(s) of standards possibly required
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: The minimum indemnity limit of GBP FIVE MILLION shall be taken out and maintained throughout the period of services in respect of each claim without limit to the number of claims.
Employer's (Compulsory) Liability: The minimum indemnity limit of GBP TEN MILLION shall be taken out and maintained throughout the period of services in respect of each claim without limit to the number of claims.
Public Liability: The minimum indemnity limit of GBP TEN MILLION shall be taken out and maintained throughout the period of services in respect of each claim without limit to the number of claims.
CMAL will obtain a financial report from Dun & Bradstreet using the company registration number submitted by Tenderers (and where the Tenderer is a Consortium, for all members of their Consortium) with their response. If any Tenderer (including any Consortium member) is assessed as an overall business risk of "high"' the Tenderer will fail the economic and financial standing test.
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.1.8) 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
7 July 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
7 July 2025
Local time
12:00pm
Place
Port Glasgow
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29292. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
Bidders will be required to outline their approach to community benefits as a scored response. The winning bidder will be required to discuss the content of their community benefit proposal and agree a plan for delivery of the agreed community benefits which will become a condition of the contract.
(SC Ref:799283)
six.4) Procedures for review
six.4.1) Review body
Greenock Sherriff Court
1 Nelson Street
Greenock
PA15 1TR
Country
United Kingdom