ذكذكتسئµ

Construction Tenders

15 January 2026

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 9th Jan 2026

Tender Details
Referenceocds-h6vhtk-0602d8
Common Procurement VocabularyWorks for complete or part construction and civil engineering work
Procurement MethodOpen procedure
Value-
« Previous Page

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 9th Jan 2026

Tender Details
Referenceocds-h6vhtk-0602d8
Common Procurement VocabularyWorks for complete or part construction and civil engineering work
Procurement MethodOpen 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

Email

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