Notice Information
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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000791715
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR527736
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F14 - Corrigendum
- 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CALMAC FERRIES LIMITED
- Contact Name
- Ryan Armour, Wojciech Smagiel
- Contact Email
- ryan.armour@calmac.co.uk, wojciech.smagiel@calmac.co.uk
- Contact Phone
- +44 1475650230, +44 7872814843
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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB524748
Provision of Commercial Diving Services - This requirement is for Commercial Diving services, and it is required across various areas of the CalMac Ferries Ltd network.
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-r6ebe6-0000791715-2025-04-07T00:00:00Z",
"date": "2025-04-07T00:00:00Z",
"ocid": "ocds-r6ebe6-0000791715",
"initiationType": "tender",
"parties": [
{
"id": "org-10",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP"
},
"contactPoint": {
"name": "Wojciech Smagiel",
"email": "wojciech.smagiel@calmac.co.uk",
"telephone": "+44 7872814843",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Operator",
"scheme": "COFOG"
},
{
"id": "Ferry Operator",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Operator",
"scheme": "COFOG"
}
],
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-11",
"name": "Scottish Courts and Tribunals Services",
"identifier": {
"legalName": "Scottish Courts and Tribunals Services"
},
"address": {
"streetAddress": "Sherriff Court House",
"locality": "Greenock",
"postalCode": "PA15 1TR"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-18",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP"
},
"contactPoint": {
"name": "Ryan Armour",
"email": "Ryan.Armour@calmac.co.uk",
"telephone": "+44 1475650230",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.calmac.co.uk"
}
}
],
"buyer": {
"name": "CalMac Ferries Limited",
"id": "org-18"
},
"tender": {
"id": "ocds-r6ebe6-0000791715",
"title": "Provision of Commercial Diving Services",
"description": "This requirement is for Commercial Diving services, and it is required across various areas of the CalMac Ferries Ltd network.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "98363000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 480337,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2025-05-02T12:00:00Z"
},
"documents": [
{
"id": "FEB524748",
"documentType": "contractNotice",
"title": "Provision of Commercial Diving Services",
"description": "This requirement is for Commercial Diving services, and it is required across various areas of the CalMac Ferries Ltd network.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB524748",
"format": "text/html"
}
],
"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.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "There will be a two 12-month extension options available."
}
}
],
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"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"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"noNegotiationNecessary": true,
"invitationDate": "2025-05-02T00:00:00Z"
},
"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"
},
{
"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"
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "98363000",
"scheme": "CPV"
},
"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."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-13",
"description": "Align with the PQQ date",
"unstructuredChanges": [
{
"oldValue": {
"date": "2025-05-02T12:00:00Z"
},
"newValue": {
"date": "2025-04-07T16:30:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
}
]
}
]
},
"language": "EN",
"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)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000791715"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000791715"
}
],
"noticetype": "OJEU - F14 - Corrigendum"
}