Notice Information
Notice Title
SVRP Civils & Marine Works Framework
Notice 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
Lot Information
Lot 1
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.
Renewal: No renewals. Extensions subject to NEC4 contract conditions.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0602d8
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/001868-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- 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
43 - Machinery for mining, quarrying, construction equipment
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
43300000 - Construction machinery and equipment
43310000 - Civil engineering machinery
43320000 - Construction equipment
44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45100000 - Site preparation work
45111200 - Site preparation and clearance work
45111210 - Blasting and associated rock-removal work
45200000 - Works for complete or part construction and civil engineering work
45210000 - Building construction work
45262640 - Environmental improvement works
71200000 - Architectural and related services
71240000 - Architectural, engineering and planning services
71300000 - Engineering services
71310000 - Consultative engineering and construction services
71311000 - Civil engineering consultancy services
71311100 - Civil engineering support services
71311200 - Transport systems consultancy services
71311300 - Infrastructure works consultancy services
71312000 - Structural engineering consultancy services
71313000 - Environmental engineering consultancy services
71313420 - Environmental standards for construction
71313440 - Environmental Impact Assessment (EIA) services for construction
71313450 - Environmental monitoring for construction
71322000 - Engineering design services for the construction of civil engineering works
71322100 - Quantity surveying services for civil engineering works
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 Jan 20261 weeks ago
- Submission Deadline
- 20 Feb 20262 months 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
- +44 1475749920
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
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-0602d8-2026-01-09T13:29:32Z",
"date": "2026-01-09T13:29:32Z",
"ocid": "ocds-h6vhtk-0602d8",
"description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30869. 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: Please see section 2.1.10 of the Technical Envelope (SC Ref:819452)",
"initiationType": "tender",
"tender": {
"id": "CMAL0333",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "SVRP Civils & Marine Works Framework",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
"mainProcurementCategory": "works",
"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",
"lots": [
{
"id": "1",
"description": "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.",
"awardCriteria": {
"criteria": [
{
"name": "Methodology",
"type": "quality",
"description": "18% of Quality"
},
{
"name": "Programme",
"type": "quality",
"description": "15% of Quality"
},
{
"name": "Lessons Learned",
"type": "quality",
"description": "6% of Quality"
},
{
"name": "HSE Management",
"type": "quality",
"description": "5.4% of Quality"
},
{
"name": "Project Risks",
"type": "quality",
"description": "3% of Quality"
},
{
"name": "Key People",
"type": "quality",
"description": "9% of Quality"
},
{
"name": "Quality Management",
"type": "quality",
"description": "1.8% of Quality"
},
{
"name": "Community Benefits",
"type": "quality",
"description": "1.8% of Quality"
},
{
"type": "price",
"description": "40%"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "No renewals. Extensions subject to NEC4 contract conditions."
},
"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": "71311000",
"description": "Civil engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71311100",
"description": "Civil engineering support services"
},
{
"scheme": "CPV",
"id": "71311300",
"description": "Infrastructure works consultancy services"
},
{
"scheme": "CPV",
"id": "71312000",
"description": "Structural engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71310000",
"description": "Consultative engineering and construction services"
},
{
"scheme": "CPV",
"id": "71311200",
"description": "Transport systems consultancy services"
},
{
"scheme": "CPV",
"id": "71200000",
"description": "Architectural and related services"
},
{
"scheme": "CPV",
"id": "71240000",
"description": "Architectural, engineering and planning services"
},
{
"scheme": "CPV",
"id": "43300000",
"description": "Construction machinery and equipment"
},
{
"scheme": "CPV",
"id": "43320000",
"description": "Construction equipment"
},
{
"scheme": "CPV",
"id": "71313000",
"description": "Environmental engineering consultancy services"
},
{
"scheme": "CPV",
"id": "45262640",
"description": "Environmental improvement works"
},
{
"scheme": "CPV",
"id": "71313450",
"description": "Environmental monitoring for construction"
},
{
"scheme": "CPV",
"id": "71313440",
"description": "Environmental Impact Assessment (EIA) services for construction"
},
{
"scheme": "CPV",
"id": "71313420",
"description": "Environmental standards for construction"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "43310000",
"description": "Civil engineering machinery"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71322100",
"description": "Quantity surveying services for civil engineering works"
},
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
},
{
"scheme": "CPV",
"id": "45111200",
"description": "Site preparation and clearance work"
},
{
"scheme": "CPV",
"id": "45111210",
"description": "Blasting and associated rock-removal work"
}
],
"deliveryAddresses": [
{
"region": "UKM63"
}
],
"deliveryLocation": {
"description": "Colintraive-Argyle and Bute. Portavadie-Argyle. Largs Terminal. Tarbert (LF) Argyle and Bute. Lochaline-Highlands. Kilchoan-Ardnamurchan. Tobermory-Isle of Mull."
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Refer to tender documentation.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "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.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "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": "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",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "Refer to tender documentation.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1,
"periodRationale": "Works are planned around programme of vessel deployment."
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2026-02-20T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"awardPeriod": {
"startDate": "2026-02-20T12:00:00Z"
},
"bidOpening": {
"date": "2026-02-20T12:00:00Z",
"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": "UKM83",
"postalCode": "PA14 5EQ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Procurement",
"telephone": "+44 1475749920",
"email": "procurement@cmassets.co.uk",
"url": "http://www.publictendersscotland.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"
]
}
],
"buyer": {
"id": "GB-FTS-909",
"name": "Caledonian Maritime Assets Ltd (Utility)"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000819452"
}
],
"language": "en"
}