Tender

Ulva Landing Craft - Integrated Consultancy Services

  • North West Mull Community Woodland Limited

F02: Contract notice

Notice identifier: 2025/S 000-076603

Procurement identifier (OCID): ocds-h6vhtk-05e7b5

Published 24 November 2025, 4:00pm



Section one: Contracting authority

one.1) Name and addresses

North West Mull Community Woodland Limited

Penmore Mill, Penmore

Tobermory

PA75 6QS

Email

admin@nwmullwoodland.co.uk

Telephone

+44 7377188467

Country

United Kingdom

NUTS code

UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute

Internet address(es)

Main address

www.nwmullwoodland.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA16303

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.publiccontractsscotland.gov.uk/Authority/Library_List.aspx

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Other type

Community-owned charitable company

one.5) Main activity

Other activity

Community development, island infrastructure, and asset management


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Ulva Landing Craft - Integrated Consultancy Services

two.1.2) Main CPV code

  • 71300000 - Engineering services

two.1.3) Type of contract

Services

two.1.4) Short description

Ulva Landing Craft Project Integrated Consultancy Services. North West Mull Community Woodland Company is seeking to appoint a suitably qualified consultancy or consortium to deliver design, regulatory and business planning work for the development of a new community landing craft for the island of Ulva. The contract includes producing a full vessel design and technical specification, providing advice on technical feasibility, preparing the regulatory and licensing pathway including Marine Scotland and Crown Estate requirements, and producing a complete business and operational plan covering financial modelling, long term sustainability and funding strategy. The contract also includes preparation of the technical specification for a new vessel mooring. The total budget available is 32520 including VAT. All work must be completed by 31 March 2026. Consortium bids are accepted.

two.1.5) Estimated total value

Value excluding VAT: £32,520

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71335000 - Engineering studies
  • 71241000 - Feasibility study, advisory service, analysis
  • 79415200 - Design consultancy services
  • 71354500 - Marine survey services
  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
Main site or place of performance

Isle of Ulva

two.2.4) Description of the procurement

This contract will be procured using an open procedure in accordance with the North West Mull Community Woodland Company Procurement Policy. The tender will be published on Public Contracts Scotland as soon as possible and will remain open for a minimum period of twenty one days. All tender submissions must be made electronically through the PCS portal. Bids will be collated and reviewed by an evaluation panel appointed by the Board of North West Mull Community Woodland Company. The aim is to issue an award decision within one week of the tender closing, followed by contract signing ideally by the end of December. The contract will be awarded to the most economically advantageous tender based on a combination of quality and price. Standard exclusion and selection criteria will apply. No variant bids will be accepted. The maximum budget for the contract is 32520 including VAT.

two.2.5) Award criteria

Quality criterion - Name: Methodology and approach / Weighting: 30

Quality criterion - Name: Relevant experience and technical competence / Weighting: 20

Quality criterion - Name: Project management and delivery plan / Weighting: 10

Quality criterion - Name: Understanding of regulatory and licensing requirements / Weighting: 10

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £32,520

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

3

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

two.2.14) Additional information

Funded by the Islands Programme. Bids over 32520 including VAT will not be considered. NWMCWC may decide not to award the contract and is not obliged to give a reason. Outputs may inform later vessel procurement but do not guarantee future work. Bidders must have suitable insurance and qualifications.


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

The relevant selection criteria will be included in the SPD module. Bidders must be suitably qualified to provide engineering, marine or business consultancy services and must be legally entitled to perform the services in their country of establishment. Bidders must hold appropriate professional and technical qualifications and be enrolled in an appropriate professional or trade register where applicable.

three.1.2) Economic and financial standing

List and brief description of selection criteria

The relevant selection criteria will be included in the SPD module. Bidders must demonstrate appropriate economic and financial standing to perform the contract.

Minimum level(s) of standards possibly required

Bidders must hold adequate professional indemnity and public liability insurance appropriate to the consultancy services. Confirmation of financial stability will be requested through the SPD. Minimum requirements will be stated in the procurement documents.

three.1.3) Technical and professional ability

List and brief description of selection criteria

The relevant selection criteria will be included in the SPD module. Bidders must demonstrate technical and professional ability through experience of delivering engineering, marine or business consultancy services of a similar nature and complexity, along with evidence of competent and qualified personnel.

Minimum level(s) of standards possibly required

Bidders must show evidence of relevant experience, technical competence and appropriate professional qualifications. At least one comparable project must be provided in the SPD, demonstrating capability to deliver similar consultancy services. Minimum requirements will be detailed in the procurement documents.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Contract performance conditions will be set out in the contract. The consultant must deliver all agreed outputs by 31 March 2026, comply with relevant marine and regulatory requirements, maintain appropriate insurance for the duration of the contract, and work collaboratively with NWMCWC and its stakeholders.

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

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

15 December 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

15 December 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=816334.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:816334)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=816334

six.4) Procedures for review

six.4.1) Review body

Oban Sheriff Court

Oban

PA34 4AR

Country

United Kingdom

Internet address

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

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Any proceedings must be raised in the Sheriff Court or Court of Session in accordance with the time limits set out in the Public Contracts Scotland Regulations.