Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Fuel Oil Testing

  • Cyhoeddwyd gyntaf: 19 Awst 2025
  • Wedi'i addasu ddiwethaf: 19 Awst 2025
  • Fersiwn: N/A
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Eicon Gwybodaeth
Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-0589e1
Cyhoeddwyd gan:
CalMac Ferries Limited
ID Awudurdod:
AA21565
Dyddiad cyhoeddi:
19 Awst 2025
Dyddiad Cau:
19 Medi 2025
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

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

Codio

Categorïau nwyddau

ID Teitl Prif gategori
71610000 Gwasanaethau profi a dadansoddi cyfansoddion a phurdeb Gwasanaethau profi, dadansoddi ac ymgynghori technegol
71632000 Gwasanaethau profi technegol Gwasanaethau archwilio a phrofi technegol
71600000 Gwasanaethau profi, dadansoddi ac ymgynghori technegol Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
wojciech.smagiel@calmac.co.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.