Tender

Cumbrae Slipway Reconstruction

  • Caledonian Maritime Assets Ltd (Utility)

F02: Contract notice

Notice identifier: 2025/S 000-027918

Procurement identifier (OCID): ocds-h6vhtk-052771

Published 28 May 2025, 8:52am



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

Email

procurement@cmassets.co.uk

Telephone

+44 1475749920

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.cmassets.co.uk

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