Tender

Tiree Terminal New Building, Marshalling Area & Traffic Management Works

CALEDONIAN MARITIME ASSETS LTD (UTILITY)

This public procurement record has 1 release in its history.

Tender

05 Jan 2026 at 15:58

Summary of the contracting process

Caledonian Maritime Assets Ltd is currently seeking tenders for the "Tiree Terminal New Building, Marshalling Area & Traffic Management Works" project. This procurement falls under the industry category of building construction work and is located on the island of Tiree, the most westerly island of the Inner Hebrides, approximately 60 miles from Oban. The project involves the construction of a new terminal building, expanding marshalling areas, and improved traffic management. The tender is at the "active" stage with a closing date for submissions set for 6th February 2026 at 12:00 PM, and all interested parties can submit their bids electronically. The procurement method is open procedure, covering general government procurement obligations, with a required contract duration of 450 days.

This tender presents substantial opportunities for businesses in construction, engineering works, and the supply of construction materials and services, especially those with experience in operational marine environments and working in remote locations. Companies able to demonstrate financial stability, high-quality health and safety standards, and robust environmental management measures are well-suited for this opportunity. The inclusion of community benefits makes it particularly favourable for businesses keen on contributing to local development in the Western Isles. Furthermore, organisations with a well-established supply chain in the Inner Hebrides may find an advantageous position in this contract.

How relevant is this notice?

Notice Information

Notice Title

Tiree Terminal New Building, Marshalling Area & Traffic Management Works

Notice Description

The existing terminal building at Tiree as reached the end of its' serviceable life' and is to be replaced with a new, modern building along with additional works to increase the capacity of the marshalling area and improve the footways and road surfacing. The port will remain operational throughout the construction period.

Lot Information

Lot 1

The scope of works includes the demolition of the existing terminal building, erection of temporary terminal buildings, construction of a new ferry terminal building, including the superstructure, roof, external walls, floors, building mechanical and electrical services and all internal finishes. The scope also includes increasing the marshalling area, resurfacing the existing marshalling area and car park, resurfacing existing footpaths and the installation of new road signs and road markings. Once the new terminal building is completed, the ferry operator will vacate the temporary, modular terminal building which will then be required to be removed from site. Construction works require to be phased.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05ff91
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000426-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

14 - Mining, basic metals and related products

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work


CPV Codes

14213200 - Tarmac

44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

44211100 - Modular and portable buildings

45210000 - Building construction work

45220000 - Engineering works and construction works

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Jan 20262 weeks ago
Submission Deadline
6 Feb 20263 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
CALEDONIAN MARITIME ASSETS LTD (UTILITY)
Contact Name
Procurement
Contact Email
procurement@cmassets.co.uk
Contact Phone
Not specified

Buyer Location

Locality
PORT GLASGOW
Postcode
PA14 5EQ
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
TLM63 Lochaber, Skye and Lochalsh, Arran and Cumbrae, and Argyll and Bute

Local Authority
Inverclyde
Electoral Ward
Inverclyde East Central
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-05ff91-2026-01-05T15:58:31Z",
    "date": "2026-01-05T15:58:31Z",
    "ocid": "ocds-h6vhtk-05ff91",
    "description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30835. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 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: Tenderers refer to section 2.3.8 of the Technical Envelope (SC Ref:818749)",
    "initiationType": "tender",
    "tender": {
        "id": "CMAL0332",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Tiree Terminal New Building, Marshalling Area & Traffic Management Works",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45210000",
            "description": "Building construction work"
        },
        "mainProcurementCategory": "works",
        "description": "The existing terminal building at Tiree as reached the end of its' serviceable life' and is to be replaced with a new, modern building along with additional works to increase the capacity of the marshalling area and improve the footways and road surfacing. The port will remain operational throughout the construction period.",
        "lots": [
            {
                "id": "1",
                "description": "The scope of works includes the demolition of the existing terminal building, erection of temporary terminal buildings, construction of a new ferry terminal building, including the superstructure, roof, external walls, floors, building mechanical and electrical services and all internal finishes. The scope also includes increasing the marshalling area, resurfacing the existing marshalling area and car park, resurfacing existing footpaths and the installation of new road signs and road markings. Once the new terminal building is completed, the ferry operator will vacate the temporary, modular terminal building which will then be required to be removed from site. Construction works require to be phased.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Methodology & Phasing of works",
                            "type": "quality",
                            "description": "18"
                        },
                        {
                            "name": "Health & Safety Management",
                            "type": "quality",
                            "description": "12"
                        },
                        {
                            "name": "Environment & Sustainability",
                            "type": "quality",
                            "description": "6"
                        },
                        {
                            "name": "C.V.'s",
                            "type": "quality",
                            "description": "9"
                        },
                        {
                            "name": "Programme",
                            "type": "quality",
                            "description": "6"
                        },
                        {
                            "name": "Risk & Quality Management",
                            "type": "quality",
                            "description": "9"
                        },
                        {
                            "type": "price",
                            "description": "40%"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 450
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "44000000",
                        "description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45220000",
                        "description": "Engineering works and construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44211100",
                        "description": "Modular and portable buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "14213200",
                        "description": "Tarmac"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM63"
                    }
                ],
                "deliveryLocation": {
                    "description": "The island of Tiree, the most westerly island of the Inner Hebrides, located approx. 60 miles from Oban."
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "SPD 4B 1.66.7 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": "SPD 4B 1.66.2 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: The minimum indemnity limit of GBP two million pounds sterling shall be taken out and maintained throughout the period of services in respect of each claim without limit to the number of claims. EMPLOYERS (COMPULSORY) LIABILITY: The minimum indemnity limit of GBP ten million pounds sterling shall be taken out and maintained throughout the period of services in respect of each claim without limit to the number of claims. PUBLIC LIABILITY: The minimum indemnity limit of 5 million pounds sterling shall be taken out and maintained throughout the period of services in respect of each claim without limit to the number of claims.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "SPD 4C.1 1.67.2 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 project completed within the last seven (7) years, preferably undertaking the JCT or SBCC suite of contracts (page limit no more than 1 side A4 paper per project). Emphasis where possible should be placed on projects that can demonstrate the following - working within an operational, marine environment - working in a remote, island location - new build projects rather than refurbishment - details on any established supply chain in the Western Isles or Inner Hebrides if applicable. 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. Maximum 3 sides A4 paper arial font 11 per project. Please do not include URLs or external links in this submission.",
                    "minimum": "SPD 4C.2 1.68.1 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 1.69.1 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.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Refer to tender documentation.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2026-02-06T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2026-02-06T12:00:00Z"
        },
        "bidOpening": {
            "date": "2026-02-06T12:00:00Z",
            "address": {
                "streetAddress": "Port Glasgow"
            }
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-909",
            "name": "Caledonian Maritime Assets Ltd (Utility)",
            "identifier": {
                "legalName": "Caledonian Maritime Assets Ltd (Utility)"
            },
            "address": {
                "streetAddress": "Municipal Buildings, Fore Street",
                "locality": "Port Glasgow",
                "region": "UKM63",
                "postalCode": "PA14 5EQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Procurement",
                "email": "procurement@cmassets.co.uk",
                "url": "https://www.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.cmassets.co.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12082",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Harbour Authority & Asset Owner"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-106819",
            "name": "Greenock Sherriff Court",
            "identifier": {
                "legalName": "Greenock Sherriff Court"
            },
            "address": {
                "streetAddress": "1 Nelson Street",
                "locality": "Greenock",
                "postalCode": "PA15 1TR",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.scotcourts.gov.uk/courts-and-tribunals/courts-tribunals-and-office-locations/find-us/greenock-sheriff-court-and-justice-of-the-peace-court/"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-909",
        "name": "Caledonian Maritime Assets Ltd (Utility)"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000818749"
        }
    ],
    "language": "en"
}