Tender

Supply and Delivery of Marine Lubricating Oils and Greases and Oil Analysis

  • CalMac Ferries Limited

F02: Contract notice

Notice identifier: 2023/S 000-010291

Procurement identifier (OCID): ocds-h6vhtk-03bda0

Published 10 April 2023, 8:27am



Section one: Contracting authority

one.1) Name and addresses

CalMac Ferries Limited

CalMac Ferries Limited, Ferry Terminal

Gourock

PA19 1QP

Contact

Claire Galloway

Email

claire.galloway@calmac.co.uk

Telephone

+44 01475650230

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.calmac.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Ferry Operator


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply and Delivery of Marine Lubricating Oils and Greases and Oil Analysis

Reference number

AMBU22-007

two.1.2) Main CPV code

  • 34930000 - Marine equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

CFL wish to set up a framework agreement for the Supply and delivery of Marine Lubricating Oils and

Greases with the option of Oil Analysis. The nominated supplier will co-ordinate the delivery of lubricating

oils and greases for all current and future CalMac vessels, with optional Oil Analysis Services. Products will

require delivery direct to vessels, port locations or shipyards and co-ordination with both fleet and

technical managers will be necessary with each delivery.

two.1.5) Estimated total value

Value excluding VAT: £1,230,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

two.2) Description

two.2.1) Title

Supply and Delivery of Marine Lubricating Oils and Greases

Lot No

1

two.2.2) Additional CPV code(s)

  • 34930000 - Marine equipment

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

CFL wish to set up a framework agreement for the Supply and delivery of Marine Lubricating Oils and

Greases. The nominated supplier will co-ordinate the delivery of lubricating oils and greases for all current and future CalMac vessels. Products will require delivery direct to vessels, port locations or shipyards and co-ordination with both fleet and technical managers will be necessary with each delivery.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

two.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

Potential extension for up to 24 months

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Oil Analysis

Lot No

2

two.2.2) Additional CPV code(s)

  • 34930000 - Marine equipment

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

CFL wish to nominate a supplier to provide Oil Analysis for all vessels

two.2.5) Award criteria

Quality criterion - Name: Capability and experience / Weighting: 30%

Price - Weighting: 70%

two.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

Potential extension of up to 24 months

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 2

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 May 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

15 May 2023

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

English

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

Duration in months: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This will reviewed towards the end of the framework agreement which will initially be set up for 24 months with the potential extension of up to a further 24 months.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23953. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:728707)

six.4) Procedures for review

six.4.1) Review body

Greenock Sheriff Court

1 Nelson St

Greenock

PA15 1TR

Country

United Kingdom