
Market Leads & Opportunities
United Kingdom-Gourock: Framework Agreement for the Supply and Delivery of Milk to Nominated Vessels
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: 032182/S 000-2025
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: Not applicable
Type of bid required: Global bid
Contract notice
I) Contracting Authority/Entity
I.1) Name and addresses
Official name: CalMac Ferries Limited
Postal address: Ferry Terminal
Town: Gourock
Region: SCOTLAND
Postal code: PA19 1QP
Country: United Kingdom
Contact Person: Garth Stokes
Telephone: +44 1475650230
Email: garth.stokes@calmac.co.uk
Internet addresses
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
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
II) Object
II.1.1) Title
Framework Agreement for the Supply and Delivery of Milk to Nominated Vessels
Reference number: CSCO25-636
II.1.2) CPV Codes
Main CPV code
15511000
II.1.3) Type of contract
Supplies
II.1.4) Short description
CFL is seeking to award a Framework Agreement to a suitably qualified and experienced Supplier for the supply and delivery of milk to CFL’s Major Vessels.
II.1.5) Estimated Total Value
Value (excluding VAT)
332,349
Currency
GBP
II.2) Description
II.2.1) Title
Contract/Lot No
1
II.2.2) CPV codes
Main CPV code
15511000
II.2.3) Place of performance
NUTS code
UKM – SCOTLAND
II.2.4) Description of the procurement
CalMac Ferries Ltd (CFL) is seeking to award a Framework Agreement to a suitably qualified and experienced Supplier for the supply and delivery of milk to CFL’s Major Vessels.
To support CFL’s drive for efficiency, CFL require the successful Tenderer to sign up to the fully integrated Saffron solution provided by Civica, in support of CFL’s smart and digital sourcing model. If the successful Tenderer does not currently use the Saffron platform, they must commit to obtaining this upon award of Agreement.
II.2.5) Award Criteria
Quality
Name: Technical & Quality
Weighting: 40
Price
Weighting: 60
II.2.7) Contract dates (estimated)
Duration in days
1440
This contract is subject to renewal
Yes
Description of renewals
The initial term of this Agreement will run for 24 months. There will then be the option to extend by up to an additional two 12 month periods.
II.2.11) Information about options
Options: No
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
All products supplied must conform to all relevant internationally recognised quality standards.
All products and services supplied must comply with the requirement of the Food Safety Act 1990 and all relevant regulations made thereunder.
Tenderers from EU countries (including England and Wales) may submit tenders based on their own equivalent national legislative standards, provided they comply fully with relevant EU Directives. The successful Tenderer must comply with any changes in relevant legislation throughout the duration of the contract.
III.1.2) Economic and financial standing
List and brief description of selection criteria
The Bidder must provide its (general) yearly turnover for the last 3 financial years.
The Bidder must provide its (specific) yearly turnover in the business area(s) covered by the contract for the last 3 financial years.
It is a requirement of this contract that Bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below:-
Employer’s (Compulsory) Liability Insurance = 5 million GBP;
Public Liability Insurance – 5 million GBP;
Product Liability Insurance – 5 million GBP
Minimum level(s) of standards possibly required
Minimum annual turnover – 664,698 GBP
Employer’s (Compulsory) Liability Insurance = 5 million GBP;
Public Liability Insurance – 5 million GBP;
Product Liability Insurance – 5 million GBP
The following ratios must be confirmed based on your latest set of published accounts.
1- Return on Capital Employed: must be at a ratio greater than “0”
2- Acid Test (Current Ratio): Current Ratio must be greater than “1”
3- Gearing: Gearing must be a figure of less than 100%
4- Interest Coverage: Interest Coverage must be a figure of 2 or above
III.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards in accordance with BS EN ISO 9001:2015 (or equivalent) or produce other means of proof concerning the quality assurance schemes.
Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required health and safety standards in accordance with BS OHSAS 18001:2007 Health & Safety Management Systems or working towards ISO 45001:2018 Occupational Health & Safety Management System (or equivalent) or produce other means of proof concerning the health and safety standards.
Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards in accordance with BS EN ISO 14001:2015 (or equivalent) or produce other means of proof concerning required environmental management systems or standards.
Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the Food Safety Act 1990 and all relevant regulations made thereunder or produce other means of proof concerning Food Safety standards.
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
In the case of framework agreements, provide justification for any duration exceeding 4 years
N/A
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) Tender submission deadline
2025-07-14 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.5) Scheduled date for start of award procedures
2025-07-14 12:00
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in days
90
from the date stated for receipt of tender
IV.2.7) Conditions for opening of tenders
Date: 2025-07-14 12:00
VI) Complementary information
VI.1) Information about recurrence
This is a recurrent procurement
Yes
Estimated timing for further notices to be published
A Contract Notice will be published in June 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 29411. For more information see:
(SC Ref:801489)
VI.4) Procedures for review
VI.4.1) Review body
Official name
Greenock Sheriff Court
Town: Greenock
Postal code: PA15 1TR
Country: United Kingdom
VI.5) Date of dispatch of this notice
2025-06-13 10:55
More Opportunties
- United Kingdom-Paisley: Vehicle and Plant Hire
15 Jun 25
This Prior Information Notice (PIN) is in relation to the renewal framework for the hire of vehicles and plant equipment, available for all 32 council areas in Scotland and Scotland Excel Associate Members. It is anticipated this framework will incorporat> > - United Kingdom-Great Sankey: Powder activated carbon dosing system
15 Jun 25
Supply of 2 Powder activated carbon dosing systems> > - Award Notification – Electricity Supply
13 Jun 25
Direct award from NEPO0301 Electricity Supply - this is a sole-supplier framework agreement> >