Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 24th Nov 2025
| Reference | ocds-h6vhtk-05e7b5 |
| Common Procurement Vocabulary | Engineering services |
| Procurement Method | Open procedure |
| Value | £32,520 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 24th Nov 2025
| Reference | ocds-h6vhtk-05e7b5 |
| Common Procurement Vocabulary | Engineering services |
| Procurement Method | Open procedure |
| Value | £32,520 |
Section I: Contracting authority
I.1) Name and addresses
North West Mull Community Woodland Limited
Penmore Mill, Penmore
Tobermory
PA75 6QS
admin [at] nwmullwoodland.co.uk
Telephone
+44 7377188467
Country
United Kingdom
NUTS code
UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
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
I.4) Type of the contracting authority
Other type
Community-owned charitable company
I.5) Main activity
Other activity
Community development, island infrastructure, and asset management
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Ulva Landing Craft - Integrated Consultancy Services
II.1.2) Main CPV code
- 71300000 - Engineering services
II.1.3) Type of contract
Services
II.1.4) Short description
Ulva Landing Craft Project Integrated Consultancy Services. North West Mull Community Woodland Company is seeking to appoint a suitably qualified consultancy or consortium to deliver design, regulatory and business planning work for the development of a new community landing craft for the island of Ulva. The contract includes producing a full vessel design and technical specification, providing advice on technical feasibility, preparing the regulatory and licensing pathway including Marine Scotland and Crown Estate requirements, and producing a complete business and operational plan covering financial modelling, long term sustainability and funding strategy. The contract also includes preparation of the technical specification for a new vessel mooring. The total budget available is 32520 including VAT. All work must be completed by 31 March 2026. Consortium bids are accepted.
II.1.5) Estimated total value
Value excluding VAT: £32,520
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 71335000 - Engineering studies
- 71241000 - Feasibility study, advisory service, analysis
- 79415200 - Design consultancy services
- 71354500 - Marine survey services
- 71334000 - Mechanical and electrical engineering services
II.2.3) Place of performance
NUTS codes
- UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
Main site or place of performance
Isle of Ulva
II.2.4) Description of the procurement
This contract will be procured using an open procedure in accordance with the North West Mull Community Woodland Company Procurement Policy. The tender will be published on Public Contracts Scotland as soon as possible and will remain open for a minimum period of twenty one days. All tender submissions must be made electronically through the PCS portal. Bids will be collated and reviewed by an evaluation panel appointed by the Board of North West Mull Community Woodland Company. The aim is to issue an award decision within one week of the tender closing, followed by contract signing ideally by the end of December. The contract will be awarded to the most economically advantageous tender based on a combination of quality and price. Standard exclusion and selection criteria will apply. No variant bids will be accepted. The maximum budget for the contract is 32520 including VAT.
II.2.5) Award criteria
Quality criterion - Name: Methodology and approach / Weighting: 30
Quality criterion - Name: Relevant experience and technical competence / Weighting: 20
Quality criterion - Name: Project management and delivery plan / Weighting: 10
Quality criterion - Name: Understanding of regulatory and licensing requirements / Weighting: 10
Price - Weighting: 30
II.2.6) Estimated value
Value excluding VAT: £32,520
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
3
This contract is subject to renewal
No
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.2.14) Additional information
Funded by the Islands Programme. Bids over 32520 including VAT will not be considered. NWMCWC may decide not to award the contract and is not obliged to give a reason. Outputs may inform later vessel procurement but do not guarantee future work. Bidders must have suitable insurance and qualifications.
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
The relevant selection criteria will be included in the SPD module. Bidders must be suitably qualified to provide engineering, marine or business consultancy services and must be legally entitled to perform the services in their country of establishment. Bidders must hold appropriate professional and technical qualifications and be enrolled in an appropriate professional or trade register where applicable.
III.1.2) Economic and financial standing
List and brief description of selection criteria
The relevant selection criteria will be included in the SPD module. Bidders must demonstrate appropriate economic and financial standing to perform the contract.
Minimum level(s) of standards possibly required
Bidders must hold adequate professional indemnity and public liability insurance appropriate to the consultancy services. Confirmation of financial stability will be requested through the SPD. Minimum requirements will be stated in the procurement documents.
III.1.3) Technical and professional ability
List and brief description of selection criteria
The relevant selection criteria will be included in the SPD module. Bidders must demonstrate technical and professional ability through experience of delivering engineering, marine or business consultancy services of a similar nature and complexity, along with evidence of competent and qualified personnel.
Minimum level(s) of standards possibly required
Bidders must show evidence of relevant experience, technical competence and appropriate professional qualifications. At least one comparable project must be provided in the SPD, demonstrating capability to deliver similar consultancy services. Minimum requirements will be detailed in the procurement documents.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Contract performance conditions will be set out in the contract. The consultant must deliver all agreed outputs by 31 March 2026, comply with relevant marine and regulatory requirements, maintain appropriate insurance for the duration of the contract, and work collaboratively with NWMCWC and its stakeholders.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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
15 December 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
15 December 2025
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
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
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:816334)
Download the ESPD document here:
VI.4) Procedures for review
VI.4.1) Review body
Oban Sheriff Court
Oban
PA34 4AR
Country
United Kingdom
Internet address
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
Any proceedings must be raised in the Sheriff Court or Court of Session in accordance with the time limits set out in the Public Contracts Scotland Regulations.
