Tender

Provision of Commercial Diving Services

CALMAC FERRIES LIMITED

This public procurement record has 2 releases in its history.

Tender

07 Apr 2025 at 15:31

TenderUpdate

07 Apr 2025 at 15:31

Summary of the contracting process

CalMac Ferries Limited is currently in the tender stage for the Provision of Commercial Diving Services across various locations within their network. This procurement falls under the "services" category, specifically focused on diving services. The procurement method selected is a competitive procedure with negotiation, and the tender period concludes on 2 May 2025. The contracted services will be provided at various harbour locations within the network where the company’s Ferry Services operate and where vessels berth overnight. CalMac Ferries Limited is based in Gourock, United Kingdom, and the main contact for this tender is Ryan Armour.

This tender presents substantial growth opportunities for businesses specialising in commercial diving and maritime services. With an estimated contract value of GBP 480,337 and potential for two 12-month extension options, this procurement is ideal for companies with robust economic standing and expertise in compliance with health, safety, and environmental management systems. Businesses holding the necessary certifications and capable of meeting stringent selection criteria, including maintaining various types of insurance, are well-suited to compete. Furthermore, the inclusion of community benefits, such as employing local individuals, offers companies a chance to contribute positively to the community while expanding their operations.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of Commercial Diving Services

Notice Description

This requirement is for Commercial Diving services, and it is required across various areas of the CalMac Ferries Ltd network.

Lot Information

Lot 1

The diving services are required at various harbour location within CFL's network where the company's Ferry Services operate and where vessels berth overnight.

Renewal: There will be a two 12-month extension options available.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04e846
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/007361-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

98 - Other community, social and personal services


CPV Codes

98363000 - Diving services

Notice Value(s)

Tender Value
£480,337 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Apr 202510 months ago
Submission Deadline
2 May 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
These services are regularly required and the intention to re-tender in the next 2-4 years depending on utilisation of extension options.

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CALMAC FERRIES LIMITED
Contact Name
Ryan Armour
Contact Email
ryan.armour@calmac.co.uk
Contact Phone
+44 1475650230

Buyer Location

Locality
GOUROCK
Postcode
PA19 1QP
Post Town
Paisley
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
Delivery Location
TLM Scotland

Local Authority
Inverclyde
Electoral Ward
Inverclyde West
Westminster Constituency
Inverclyde and Renfrewshire West

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04e846-2025-04-07T16:31:00+01:00",
    "date": "2025-04-07T16:31:00+01:00",
    "ocid": "ocds-h6vhtk-04e846",
    "description": "The buyer is using PCS-Tender to conduct this ITT exercise. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A summary of the expected community benefits has been provided as follows: The following ratios must be confirmed based on your latest set of published accounts. 1- Return on Capital Employed: must be at a ratio greater than \"0\" 2- Acid Test (Current Ratio): Current Ratio must be greater than \"1\" 3- Gearing: Gearing must be a figure of less than 100% 4- Interest Coverage: Interest Coverage must be a figure of 2 or above The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28652. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Community Benefits will apply to this contract due to the potential employment of local individuals. (SC Ref:791715)",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-04e846",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of Commercial Diving Services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "98363000",
            "description": "Diving services"
        },
        "mainProcurementCategory": "services",
        "description": "This requirement is for Commercial Diving services, and it is required across various areas of the CalMac Ferries Ltd network.",
        "value": {
            "amount": 480337,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The diving services are required at various harbour location within CFL's network where the company's Ferry Services operate and where vessels berth overnight.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There will be a two 12-month extension options available."
                },
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "98363000",
                        "description": "Diving services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "The Bidder must provide its (general) yearly turnover for the last 3 financial years. It is a requirement of this contract that Bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below:- Employer's (Compulsory) Liability Insurance = 5 million GBP; Public Liability Insurance - 5 million GBP; Product Liability Insurance - 5 million GBP Professional Risk Indemnity Insurance - 5 million GBP",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards in accordance with BS EN ISO 9001:2015 (or equivalent) or produce other means of proof concerning the quality assurance schemes. Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required health and safety standards in accordance with BS OHSAS 18001:2007 Health & Safety Management Systems or working towards ISO 45001:2018 Occupational Health & Safety Management System (or equivalent) or produce other means of proof concerning the health and safety standards. Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards in accordance with BS EN ISO 14001:2015 (or equivalent) or produce other means of proof concerning required environmental management systems or standards",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "All commercial diving operations undertaken for CFL and/or within company-operated harbours must comply with the following legislation: The Health and Safety at Work Act and associated legislation including, but not limited to; Diving at Work Regulations (DWR) and the appropriate ACOP(s); First Aid at Work Regulations; Lifting Operations and Lifting Equipment Regulations (LOLER); Provision and Use of Work Equipment Regulations (PUWER); Personal Protective Equipment (PPE) At Work Regulations; Control of Substances Hazardous to Health (COSHH) Regulations; Construction Design and Management (CDM)Regulations",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "secondStage": {
            "noNegotiationNecessary": true,
            "invitationDate": "2025-05-02T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-05-02T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "These services are regularly required and the intention to re-tender in the next 2-4 years depending on utilisation of extension options."
        },
        "amendments": [
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2025-05-02T12:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2025-04-07T16:30:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    }
                ],
                "description": "Align with the PQQ date"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-6996",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Ryan Armour",
                "telephone": "+44 1475650230",
                "email": "Ryan.Armour@calmac.co.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.calmac.co.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "description": "Ferry Operator"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Ferry Operator"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-100672",
            "name": "Scottish Courts and Tribunals Services",
            "identifier": {
                "legalName": "Scottish Courts and Tribunals Services"
            },
            "address": {
                "streetAddress": "Sherriff Court House",
                "locality": "Greenock",
                "postalCode": "PA15 1TR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1475650100",
                "email": "Ryan.Armour@calmac.co.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-6996",
        "name": "CalMac Ferries Limited"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000791715"
        }
    ],
    "language": "en"
}