Section one: Contracting authority
one.1) Name and addresses
Caledonian Maritime Assets Ltd (Utility)
Municipal Buildings, Fore Street
Port Glasgow
PA14 5EQ
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.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
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
www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Harbour Authority & Asset Owner
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Shipyard Detailed Design and Build Contract “Freight Flex” Ro-Pax Vessels
Reference number
CMAL0336
two.1.2) Main CPV code
- 34500000 - Ships and boats
two.1.3) Type of contract
Supplies
two.1.4) Short description
CMAL wish to appoint a sole supplier in respect of Shipyard Detailed Design and Build Contract for two (2) “Freight Flex” RoPax Vessels
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34510000 - Ships
- 34512000 - Ships and similar vessels for the transport of persons or goods
- 34512100 - Ferry boats
two.2.3) Place of performance
NUTS codes
- UKM65 - Orkney Islands
- UKM66 - Shetland Islands
- UKM5 - North Eastern Scotland
two.2.4) Description of the procurement
The contract will be for the detailed design and build for two (2) passenger and freight vessels to operate on the Northern Isles Ferry Service routes.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
40
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Responses to the SPD(S) will be assessed, as stated in the SPD documentation. The highest ranked bidders will be invited to Stage 2 of the process, up to a maximum of 6 tenderers.
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
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
CMAL will appoint a Project Manager and project site team for the duration of the Project, to monitor progress and ensure the new build vessel(s) is/are designed, constructed and set to work according to the agreed contract operational and technical requirements and in accordance with classification society and Maritime & Coastguard Agency (MCA) rules and regulations. CMAL will have an on-site team at the shipyard to oversee the design and build of the vessel. The site team will consist of experienced supervisors covering all major areas of the build under the management of the Project Manager.
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
Restricted 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
9 July 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
21 August 2025
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
Tender must be valid until: 31 March 2026
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
CMAL is committed to encouraging Fair Working Practices from their Suppliers and Contractors and bidders will be required to provide details of their organisations' policies and practices that demonstrate how their organisation addresses Fair Work Practices.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 29239. 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:
As delivery and acceptance of the vessels will take place at the shipyard at which the vessels are built, the contracting authority does not intend to include any mandatory community benefits requirements in the Contract.
However, as part of their tenders Bidders will be required to outline their approach to community benefits as a non-scored response and the contracting authority will welcome innovative proposals such as apprentice and student outreach. If successful, 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:799244)
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court
1 Nelson Street
Greenock
PA15 1TR
Telephone
+44 1475787073
Country
United Kingdom