Section one: Contracting authority
one.1) Name and addresses
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
Contact
Alison Clark
Telephone
+44 1475650243
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
Vessel Lift Inspection & Maintenance and Call Out Repairs & Supply of parts
Reference number
FMBU25-006
two.1.2) Main CPV code
- 50750000 - Lift-maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
CFL wish to set up a Framework Agreement for maintenance and inspection of all elevators on CFL vessels, CFL require the services of qualified and experienced personnel to ensure that all vessel elevators are maintained and tested to the highest standard. Additionally, CFL wish to set up a Framework for emergency repairs as and when required, this will cover all of CFL berthing locations.
two.1.5) Estimated total value
Value excluding VAT: £809,244
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Vessel Lift Inspection & Maintenance
Lot No
1
two.2.2) Additional CPV code(s)
- 42416100 - Lifts
- 50750000 - Lift-maintenance services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
All of CFL berthing locations including shipyards.
two.2.4) Description of the procurement
CFL is seeking to award a Framework to one or more suppliers for the maintenance and testing of all elevators on CFL vessels. CFL require the services of qualified and experienced personnel to ensure that all vessel elevators are maintained and tested to the highest standard.
CFL vessels operate on the west coast of Scotland and are maintained in shipyards throughout the UK, therefore the supplier must be prepared to travel to work on this equipment.
two.2.5) Award criteria
Quality criterion - Name: Technical and Quality / Weighting: 60
Price - Weighting: 40
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
Optional extensions up to 24 months
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
two.2) Description
two.2.1) Title
Vessel Lift Call Out and Repair
Lot No
2
two.2.2) Additional CPV code(s)
- 50750000 - Lift-maintenance services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
CFL vessels operate on the west coast of Scotland and are maintained in shipyards throughout the UK, therefore the supplier must be prepared to travel to work on this equipment.
two.2.4) Description of the procurement
CFL is seeking to award a Framework to one or more suppliers who has the capability to repair elevators within the fleet to ensure safety and operational reliability. CFL has a diverse fleet with a wide age range of vessels. Consequently, this means there are variety of manufactures throughout the fleet.
CFL vessels operate on the west coast of Scotland and are maintained in shipyards throughout the UK, therefore the supplier must be prepared to travel to work on this equipment.
two.2.5) Award criteria
Quality criterion - Name: Technical and Quality / Weighting: 60
Price - Weighting: 40
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
Optional extensions up to 24 months.
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 detailed in Tender documents
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
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 several operators
Envisaged maximum number of participants to the framework agreement: 3
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
19 December 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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
19 December 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: 48 months
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30289. 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
(SC Ref:812186)
six.4) Procedures for review
six.4.1) Review body
Greenock Sherriff Court
Sheriff Court House 1 Nelson Street
Greenock
PA15 1TR
Telephone
+44 1475787073
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Greenock Sherriff Court
Sheriff Court House 1 Nelson Street
Greenock
PA15 1TR
Telephone
+44 1475787073
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Greenock Sherriff Court
Sheriff Court House 1 Nelson Street
Greenock
PA15 1TR
Telephone
+44 1475787073
Country
United Kingdom