Section one: Contracting authority
one.1) Name and addresses
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
Contact
Wojciech Smagiel
Telephone
+44 7872814843
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
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
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
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
Fuel Oil Testing
Reference number
AMBU23-102
two.1.2) Main CPV code
- 71600000 - Technical testing, analysis and consultancy services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71610000 - Composition and purity testing and analysis services
- 71632000 - Technical testing services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UK - United Kingdom
two.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.
two.2.5) Award criteria
Quality criterion - Name: Quality/Technical / Weighting: 40
Cost criterion - Name: Price / Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £200,000
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
2 x 12 Months Extension Options
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.1.1) 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)
three.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
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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 a single operator
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
19 September 2025
Local time
12:00pm
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: 4 (from the date stated for receipt of tender)
four.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 six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: August 2029
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 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)
six.4) Procedures for review
six.4.1) Review body
Scottish Courts and Tribunals Services
Sherriff Court House
Greenock
PA15 1TR
Country
United Kingdom