Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
UK
Person cyswllt: Wojciech Smagiel
Ffôn: +44 7872814843
E-bost: wojciech.smagiel@calmac.co.uk
NUTS: UKM
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.calmac.co.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Arall: Ferry Operator
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Fuel Oil Testing
Cyfeirnod: AMBU23-102
II.1.2) Prif god CPV
71600000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 200 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
71610000
71632000
II.2.3) Man cyflawni
Cod NUTS:
UKM
UK
II.2.4) Disgrifiad o’r caffaeliad
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) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality/Technical
/ Pwysoliad: 40
Maen prawf cost: Price
/ Pwysoliad: 60
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 200 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
2 x 12 Months Extension Options
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
UKAS Accreditation (ISO/IEC 17025)
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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.
Lefel(au) gofynnol y safonau sydd eu hangen:
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) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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%)
Lefel(au) gofynnol y safonau sydd eu hangen:
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.
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
19/09/2025
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 4 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
19/09/2025
Amser lleol: 12:00
Place:
Online(PCS-T)
Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:
Sealed (parallel opening)
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
August 2029
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 60415. For more information see:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/309471070198BCF670A9
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 60415. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:807546)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Scottish Courts and Tribunals Services
Sherriff Court House
Greenock
PA15 1TR
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
18/08/2025