Construction Contract Leads
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 9th Jan 2026
| Reference | ocds-h6vhtk-0602d8 |
| Common Procurement Vocabulary | Works for complete or part construction and civil engineering work |
| Procurement Method | Open procedure |
| Value | - |
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 9th Jan 2026
| Reference | ocds-h6vhtk-0602d8 |
| Common Procurement Vocabulary | Works for complete or part construction and civil engineering work |
| Procurement Method | Open procedure |
| Value | - |
Section I: Contracting authority
I.1) Name and addresses
Caledonian Maritime Assets Ltd (Utility)
Municipal Buildings, Fore Street
Port Glasgow
PA14 5EQ
Contact
Procurement
procurement [at] cmassets.co.uk
Telephone
+44 1475749920
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity
Harbour Authority & Asset Owner
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
SVRP Civils & Marine Works Framework
Reference number
CMAL0333
II.1.2) Main CPV code
- 45200000 - Works for complete or part construction and civil engineering work
II.1.3) Type of contract
Works
II.1.4) Short description
CMAL wish to appoint a single source supplier in respect of the Civils and Marine Works Framework for the Small Vessels Replacement Programme (SVRP) projects. The 7 sits are Colintraive Ferry Terminal - Argyle and Bute, Portavadie Ferry Terminal - By Tighnabruaich Argyle, Largs Ferry Terminal, Tarbert (Loch Fyne) Ferry Terminal - Argyle and Bute, Lochaline Ferry Terminal - Highlands, Kilchoan Ferry Terminal - Ardamurchan and Tobermory Ferry Terminal - Isle of Mull
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 71311000 - Civil engineering consultancy services
- 71311100 - Civil engineering support services
- 71311300 - Infrastructure works consultancy services
- 71312000 - Structural engineering consultancy services
- 71300000 - Engineering services
- 71310000 - Consultative engineering and construction services
- 71311200 - Transport systems consultancy services
- 71200000 - Architectural and related services
- 71240000 - Architectural, engineering and planning services
- 43300000 - Construction machinery and equipment
- 43320000 - Construction equipment
- 71313000 - Environmental engineering consultancy services
- 45262640 - Environmental improvement works
- 71313450 - Environmental monitoring for construction
- 71313440 - Environmental Impact Assessment (EIA) services for construction
- 71313420 - Environmental standards for construction
- 45200000 - Works for complete or part construction and civil engineering work
- 43310000 - Civil engineering machinery
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322100 - Quantity surveying services for civil engineering works
- 45210000 - Building construction work
- 45100000 - Site preparation work
- 45111200 - Site preparation and clearance work
- 45111210 - Blasting and associated rock-removal work
II.2.3) Place of performance
NUTS codes
- UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
Main site or place of performance
Colintraive-Argyle and Bute. Portavadie-Argyle. Largs Terminal. Tarbert (LF) Argyle and Bute. Lochaline-Highlands. Kilchoan-Ardnamurchan. Tobermory-Isle of Mull.
II.2.4) Description of the procurement
The framework scope includes: Pre-Construction support, site inspections, surveys and investigations. Construction of civil engineering and marine works. NEC4 Professional Services Short Contracts (PSSS) and Engineering and Construction Contracts (ECC) will be utilised.
II.2.5) Award criteria
Quality criterion - Name: Methodology / Weighting: 18% of Quality
Quality criterion - Name: Programme / Weighting: 15% of Quality
Quality criterion - Name: Lessons Learned / Weighting: 6% of Quality
Quality criterion - Name: HSE Management / Weighting: 5.4% of Quality
Quality criterion - Name: Project Risks / Weighting: 3% of Quality
Quality criterion - Name: Key People / Weighting: 9% of Quality
Quality criterion - Name: Quality Management / Weighting: 1.8% of Quality
Quality criterion - Name: Community Benefits / Weighting: 1.8% of Quality
Price - Weighting: 40%
II.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
No renewals. Extensions subject to NEC4 contract conditions.
II.2.10) Information about variants
Variants will be accepted: Yes
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Refer to tender documentation.
III.1.2) Economic and financial standing
List and brief description of selection criteria
SPD 4B 1.65.7 Economic and Financial Standing: Tenderers will be required to demonstrate their financial standing is sufficient to deliver the contract on time and within budget. To demonstrate this:
a) CMAL will obtain a financial report from Dun & Bradstreet or equivalent 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.
Minimum level(s) of standards required:
SPD 4B 1.65.2 Insurance Levels: Tenderers require to confirm that they can commit to obtain, prior to the commencement of the contract the levels of insurance cover indicated
PROFESSIONAL RISK INDEMNITY NEC4 Professional Services Short Contract (PSSC): The minimum indemnity limit of GBP Three million pounds sterling shall be taken out and maintained throughout the period of services.
PROFESSIONAL RISK INDEMNITY NED4 Engineering and Construction Contracts (ECC) Option A: The minimum indemnity limit of GBP Five million pounds sterling shall be taken out and maintained throughout the period of services.
EMPLOYERS (COMPULSORY) LIABILITY: The minimum indemnity limit of GBP Ten million pounds sterling shall be taken out and maintained throughout the period of services.
PUBLIC LIABILITY: The minimum indemnity limit of Ten million pounds sterling shall be taken out and maintained throughout the period of services.
III.1.3) Technical and professional ability
List and brief description of selection criteria
SPD 4C.1 1.66.2 Tenderers will be required to provide three (3) examples of projects which involved work of a similar scope, complexity and value to this project that demonstrate that the Tenderers have relevant capacity and experience to deliver the works as described in the contract notice and detailed in CMAL's tender documents Examples can be from the public and private sector and should be from projects completed within the last seven (7) years, preferably undertaking the NEC4 suite of contracts. It is essential that the Tenderer demonstrates projects that include: -civils and marine works -works undertaken in an operational ferry terminal, harbour, or vessel -contracts administered using the NEC4 Engineering & Construction (ECC) and Professional Services Short Contract (PSSC). For each of the 3 examples, the Tenderer should include: The contract price and programme duration -References for each project, giving referees name, company and contact details. Examples will be given a score of between 0-4 as per the scoring convention detailed within the Invitation to Tender document. A minimum pass mark of 2 or above is required to pass the selection stage. A score of 0-1 will be considered a fail and Tenderers who achieve this score will not progress to the next stage of the evaluation. CMAL may contact and/or visit customers identified by Tenderers within the SPD (Scotland) evaluation.
Minimum level(s) of standards possibly required
SPD 4C.2 1.67.1 If Tenderers intend to use a supply chain to deliver the requirements detailed in the Contract Notice and tender documents, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of a) standard payment terms b) >95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
If the Tenderer is unable to confirm (c) they must provide an improvement plan, signed by their Director, which improves the payment performance.
SPD 4C.7 1.68.1 Environmental Management Tenderers will be required to confirm they will employ environmental management measures that meet the requirements of the scope. Tenderers will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to:
- A completed copy of the Tendering organisations "relevant contract" Climate Change Plan Template, including planned projects and actions to reduce the Tenderers carbon emissions. This does not need to contain calculated carbon emissions.
In order to achieve a pass, the Tenderer must demonstrate the measures they will employ to meet the minimum requirements. Responses will be given a score between 0-4 as per the scoring convention detailed within the Invitation to Tender document. A minimum pass mark of 2 or above is required to pass the selection stage. A score of 0-1 will be considered a fail and Tenderers who achieve this score will not progress to the next stage of the evaluation. In order to achieve a pass, Tenderers must demonstrate they have supply chain able to service the locations of the works and that they have systems in place to ensure prompt payment. Responses will be given a score of between 0-4 as per the scoring convention detailed within the Invitation to Tender document. A minimum pass mark of 2 or above is required to pass the selection stage. A score of 0-1 will be considered a fail and Tenderers who achieve this score will not progress to the next stage of the evaluation.
SPD 4D.1 1.69.1 CMAL seek assurance on conformance to industry standards. Tenderers are therefore required to confirm they have systems in place that manage company standards in relation to the following: a) Quality Management b) Health & Safety Management c) Environmental Management. To demonstrate Quality Management processing being incorporated into company practices, tenderers can either provide evidence of ISO9001 or an equivalent certification. To demonstrate Health & Safety Management processes being incorporated into company practices, tenderers can either provide evidence of ISO45001 or an equivalent certification, or have, within the past 12 months, successfully met the assessment requirements of a construction related scheme in registered membership of the safety schemes in Procurement (SSOIP) forum. To demonstrate Environmental Management processes being incorporated into company practices, tenderers can either provide evidence of ISO4001 or an equivalent certification. Pass/Fail Question
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Refer to tender documentation.
III.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 IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.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: 1
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Works are planned around programme of vessel deployment.
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
20 February 2026
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.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)
IV.2.7) Conditions for opening of tenders
Date
20 February 2026
Local time
12:00pm
Place
Port Glasgow
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30869. For more information see:
A sub-contract clause has been included in this contract. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Please see section 2.1.10 of the Technical Envelope
(SC Ref:819452)
VI.4) Procedures for review
VI.4.1) Review body
Greenock Sherriff Court
1 Nelson Street
Greenock
PA15 1TR
Country
United Kingdom
