ÂÜÀòÔ­´´

ÂÜÀòÔ­´´ Tenders

08 December 2025

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 2

Status Active

Published 19th Nov 2025

Tender Details
Referenceocds-h6vhtk-05e45b
Common Procurement VocabularyLift-maintenance services
Procurement MethodOpen procedure
Value£809,244
« Previous Page

No location provided

Category Services

Type

No. of Lots 2

Status Active

Published 19th Nov 2025

Tender Details
Referenceocds-h6vhtk-05e45b
Common Procurement VocabularyLift-maintenance services
Procurement MethodOpen procedure
Value£809,244

Section I: Contracting authority

I.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

Contact

Alison Clark

Email

alison.ure [at] calmac.co.uk

Telephone

+44 1475650243

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

Buyer's address

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

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

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other activity

Ferry Operator


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Vessel Lift Inspection & Maintenance and Call Out Repairs & Supply of parts

Reference number

¹ó²Ñµþ±«25-006​

II.1.2) Main CPV code

  • 50750000 - Lift-maintenance services

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: £809,244

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Vessel Lift Inspection & Maintenance

Lot No

1

II.2.2) Additional CPV code(s)

  • 42416100 - Lifts
  • 50750000 - Lift-maintenance services

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

All of CFL berthing locations including shipyards.

II.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.

II.2.5) Award criteria

Quality criterion - Name: Technical and Quality / Weighting: 60

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

Optional extensions up to 24 months

II.2.10) Information about variants

Variants will be accepted: No

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

II.2) Description

II.2.1) Title

Vessel Lift Call Out and Repair

Lot No

2

II.2.2) Additional CPV code(s)

  • 50750000 - Lift-maintenance services

II.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.

II.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.

II.2.5) Award criteria

Quality criterion - Name: Technical and Quality / Weighting: 60

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

Optional extensions up to 24 months.

II.2.10) Information about variants

Variants will be accepted: No

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

As detailed in Tender documents

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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: 3

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

19 December 2025

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: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

19 December 2025

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 48 months

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 30289. For more information see:

A sub-contract clause has been included in this contract. For more information see:

(SC Ref:812186)

VI.4) Procedures for review

VI.4.1) Review body

Greenock Sherriff Court

Sheriff Court House 1 Nelson Street

Greenock

PA15 1TR

Email

greenock [at] scotcourts.gov.uk

Telephone

+44 1475787073

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

Greenock Sherriff Court

Sheriff Court House 1 Nelson Street

Greenock

PA15 1TR

Email

greenock [at] scotcourts.gov.uk

Telephone

+44 1475787073

Country

United Kingdom

VI.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

Email

greenock [at] scotcourts.gov.uk

Telephone

+44 1475787073

Country

United Kingdom