ÃÍÁÏÊÓÆµ

Construction Tenders

01 September 2025

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 18th Aug 2025

Tender Details
Referenceocds-h6vhtk-0589e1
Common Procurement VocabularyTechnical testing, analysis and consultancy services
Procurement MethodOpen procedure
Value£200,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 18th Aug 2025

Tender Details
Referenceocds-h6vhtk-0589e1
Common Procurement VocabularyTechnical testing, analysis and consultancy services
Procurement MethodOpen procedure
Value£200,000

Section I: Contracting authority

I.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

Contact

Wojciech Smagiel

Email

wojciech.smagiel [at] calmac.co.uk

Telephone

+44 7872814843

Country

United Kingdom

NUTS code

UKM - Scotland

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other activity

Ferry Operator


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Fuel Oil Testing

Reference number

AMBU23-102

II.1.2) Main CPV code

  • 71600000 - Technical testing, analysis and consultancy services

II.1.3) Type of contract

Services

II.1.4) Short description

CalMac Ferries Ltd (CFL) is seeking to award a Framework Agreement for Fuel Oil Testing. This

requirement forms part of CFL’s commitment to ensuring compliance, operational efficiency, and costeffective

service delivery across its marine operations. The successful supplier will be expected to provide

a reliable, consistent, and compliant fuel oil testing service that supports both vessel and office-based

teams.

II.1.5) Estimated total value

Value excluding VAT: £200,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71610000 - Composition and purity testing and analysis services
  • 71632000 - Technical testing services

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland
  • UK - United Kingdom

II.2.4) Description of the procurement

CFL operates fleet of vessels and is responsible for ensuring compliance with international marine fuel regulations which is currently being carried out on an ad-hoc basis.

CFL requires testing of vessel fuel oil (marine gas oil) to ensure ongoing and verifiable compliance with the

latest applicable legislative standards, including but not limited to MARPOL Annex VI, the EU Sulphur Directive, Sulphur Emission Control Area (ECA) requirements, and any other international or regional environmental regulations. The objective is to confirm fuel quality, prevent machinery defects, and avoid non-compliance penalties.

II.2.5) Award criteria

Quality criterion - Name: Quality/Technical / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

II.2.6) Estimated value

Value excluding VAT: £200,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 x 12 Months Extension Options

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


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

UKAS Accreditation (ISO/IEC 17025)

III.1.2) Economic and financial standing

List and brief description of selection criteria

Please refer to these statements when completing section 4B of the SPD (Scotland)

Statement for 4B - Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below:

Bidders must provide their ("general") yearly turnover for the last three financial years.

Bidders must provide their ("specific") yearly turnover for the last three financial years.

Bidders must must provide appropriate financial ratio information as set out within this Contract Notice.

Bidders must confirm they have the required levels of insurance as set out within this Contract Notice.

Minimum level(s) of standards possibly required

Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance:

Professional Risk Indemnity: 5 Million GBP

Employer's (Compulsory) Liability: 5 Million GBP

Public Liability: 5 Million GBP

Product Liability: 5 Million GBP

III.1.3) Technical and professional ability

List and brief description of selection criteria

1. Understanding of the Requirement, demonstrable capacity and availability to

meet the Ordered Services outputs. (25%)

2. Experience in delivering similar projects and requirements. (25%)

3. Implementation Plan. (25%)

4. Account Management. (25%)

Minimum level(s) of standards possibly required

Minimum level(s) of standards required:

CFL requires that Bidders are able to demonstrate via previous examples that a range of goods and services have been provided in the past to other organisations with similar requirements.

Bidders should note that evidence of meeting these criteria is expected in the response to each question.

Minimum level(s) of standards required:

Qualification Envelope: Part 3, Section A, B, C, D will be scored on a pass/fail basis will be scored in line with the weighting shown above for all questions. If any question subject to ‘pass/fail’ scoring be scored ‘fail’ the entire submission may be set aside and take no further part in the competition.

Scored questions will be evaluated using the below methodology:

100 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.

75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.

50 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature.

25 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.

0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

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

19 September 2025

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

19 September 2025

Local time

12:00pm

Place

Online(PCS-T)

Information about authorised persons and opening procedure

Sealed (parallel opening)


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: August 2029

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 60415. For more information see:

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 60415. For more information see:

(SC Ref:807546)

VI.4) Procedures for review

VI.4.1) Review body

Scottish Courts and Tribunals Services

Sherriff Court House

Greenock

PA15 1TR

Country

United Kingdom