Tender

Shipyard Detailed Design and Build Contract “Freight Flex” Ro-Pax Vessels

  • Caledonian Maritime Assets Ltd (Utility)

F02: Contract notice

Notice identifier: 2025/S 000-029978

Procurement identifier (OCID): ocds-h6vhtk-0542f4

Published 4 June 2025, 3:40pm



Section one: Contracting authority

one.1) Name and addresses

Caledonian Maritime Assets Ltd (Utility)

Municipal Buildings, Fore Street

Port Glasgow

PA14 5EQ

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.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

Email

greenock@scotcourts.gov.uk

Telephone

+44 1475787073

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/greenock-sheriff-court-and-justice-of-the-peace-court