Notice Information
Notice Title
Provision and Supply of Fresh Meat Fruit and Vegetables
Notice Description
CalMac Ferries Ltd has a requirement for a single supplier of all fresh meat, fruit, and vegetable products for the major vessels throughout the network to support provision of a strong retail offering for passengers and also to cover crew feeding and welfare needs. The successful Tenderer would be required to deliver ordered products to various port locations several times per week in line with vessel schedules to allow catering staff to fulfil all onboard needs.
Lot Information
Lot 1
CalMac Ferries Ltd has a requirement for a single supplier of all fresh meat, fruit, and vegetable products for the major vessels throughout the network to support provision of a strong retail offering for passengers and also to cover crew feeding and welfare needs. The successful Tenderer would be required to deliver ordered products to various port locations several times per week in line with vessel schedules to allow catering staff to fulfil all onboard needs. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: Two 12 month extension options.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03a135
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/002828-2023
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
03 - Agricultural, farming, fishing, forestry and related products
15 - Food, beverages, tobacco and related products
-
- CPV Codes
03200000 - Cereals, potatoes, vegetables, fruits and nuts
03220000 - Vegetables, fruits and nuts
15000000 - Food, beverages, tobacco and related products
15100000 - Animal products, meat and meat products
Notice Value(s)
- Tender Value
- £3,290,412 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 30 Jan 20233 years ago
- Submission Deadline
- 1 Mar 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- January 2027
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CALMAC FERRIES LIMITED
- Contact Name
- Stuart McMaster
- Contact Email
- stuart.mcmaster@calmac.co.uk
- Contact Phone
- +44 01475650387
Buyer Location
- Locality
- GOUROCK
- Postcode
- PA19 1QP
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLD7 Merseyside, TLM Scotland, TLM6 Highlands and Islands, TLM63 Lochaber, Skye and Lochalsh, Arran and Cumbrae, and Argyll and Bute, TLM64 Na h-Eileanan Siar, TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Inverclyde
- Electoral Ward
- Inverclyde West
- Westminster Constituency
- Inverclyde and Renfrewshire West
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03a135-2023-01-30T16:18:09Z",
"date": "2023-01-30T16:18:09Z",
"ocid": "ocds-h6vhtk-03a135",
"description": "CFL's Conditions of Contract will be published with the ITT document. Economic Operators should note that the conditions of the procurement include (but are not limited to) the following: -The eligibility requirements in this Contract Notice will apply to the procurement at all times. Economic Operators may be excluded from this competition if the Economic Operator no longer meets the selection criteria set out in the Contract Notice at any stage during the competition and/or there is a change in identity, control, financial standing or other factor impacting on the selection process affecting the Economic Operator; -CFL is subject to the requirements of the Freedom of Information (Scotland) Act 2002 and the Environmental Information (Scotland) Regulations 2004. Accordingly, all information submitted to CFL may need to be disclosed and/or published by it in response to a request under FOISA or the EIRs; and -Economic Operators will remain responsible for all costs and expenses incurred by them in connection. CFL will not be liable to reimburse or compensate any costs incurred in connection with an Economic Operator's participation in this competition, including any costs or other liability in respect of the cancellation of the process. The award criteria questions and weightings will be published in the ITT. Tenderers will be expected to demonstrate capability. CFL reserves the right not to award a contract pursuant to this procurement and to cancel the procurement at any point without liability. Tenderers should note that CFL intends to ask questions at the ITT stage, these questions form a small part within a broader question base. These ITT questions shall be grouped as either belonging to mandatory Pass/Fail type questions or questions which shall be scored and weighted. Where a supplier has been assessed to have failed a Pass/Fail question their tender submission shall be deemed non-compliant and excluded from that point forward within the ITT process. Questions in the ITT will be scored using the following 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. Award Criteria questions can be found in the ITT together with the weightings. COMPETITIVE PROCEDURE WITH NEGOTIATION EXPLANATION -Competitive Procedure with Negotiation (CPN) this is a two-stage procedure run in a similar way to a Restricted procedure. This requires interested parties to complete a pre-qualification stage by submitting a Single Procurement Document (SPD) before being invited to submit a tender. This down selection process allows CFL to limit the number of parties receiving the full tender and moving forward to the negotiation phase(s). The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 23382. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:720364)",
"initiationType": "tender",
"tender": {
"id": "CSCO22-531",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision and Supply of Fresh Meat Fruit and Vegetables",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "15000000",
"description": "Food, beverages, tobacco and related products"
},
"mainProcurementCategory": "goods",
"description": "CalMac Ferries Ltd has a requirement for a single supplier of all fresh meat, fruit, and vegetable products for the major vessels throughout the network to support provision of a strong retail offering for passengers and also to cover crew feeding and welfare needs. The successful Tenderer would be required to deliver ordered products to various port locations several times per week in line with vessel schedules to allow catering staff to fulfil all onboard needs.",
"value": {
"amount": 3290412,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "CalMac Ferries Ltd has a requirement for a single supplier of all fresh meat, fruit, and vegetable products for the major vessels throughout the network to support provision of a strong retail offering for passengers and also to cover crew feeding and welfare needs. The successful Tenderer would be required to deliver ordered products to various port locations several times per week in line with vessel schedules to allow catering staff to fulfil all onboard needs. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"awardCriteria": {
"criteria": [
{
"name": "Quality/Technical",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Two 12 month extension options."
},
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 3
},
"selectionCriteria": {
"description": "This Procurement will be conducted through the use of the Competitive Procedure with Negotiation(CPN). All queries about this procurement must be made via the PCS-Tender messaging system. The process to be applied will be: - Statements including the specific requirements can be found within Section III.1.2 and III.1.3 of the Contract Notice. - Economic Operator must pass the minimum standards sections of the SPD (Scotland). Qualification Envelope: Part 3, Section A, B, C, D will be scored on a pass/fail basis and Part 4 Section C shall be weighted questions (Q1 to Q3 inclusive). 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. Technical Envelope: Part 4 Section C of the SPD (Scotland) will be scored in the following way: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 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. 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. 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. 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. The responses to the questions of Section III.1.3 of the Contract Notice will be weighted the following way: Please see SPD (Scotland) Question 4C Technical and Professional Ability. CFL will take a minimum of three highest scoring bidders through and they will be invited to submit a tender."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "15100000",
"description": "Animal products, meat and meat products"
},
{
"scheme": "CPV",
"id": "03220000",
"description": "Vegetables, fruits and nuts"
},
{
"scheme": "CPV",
"id": "03200000",
"description": "Cereals, potatoes, vegetables, fruits and nuts"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKD7"
},
{
"region": "UKM6"
},
{
"region": "UKM63"
},
{
"region": "UKM64"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Economic Operators will be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015 on the basis of information provided within the SPD (Scotland).",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "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. Please note that minimum required turnover per year should be 1.64 Million GBP.",
"minimum": "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",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Technical or Professional Ability Part 4C. CFL requires that Tenderers 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. Tenderers should note that evidence of meeting these criteria is expected in the response to each question. The scored questions are as follows: Q1 (30%) - Tenderers should demonstrate experience of using an online/EDI/web-based product ordering system including quick catalogue and pricing amendment features and paperless delivery note / invoice creation? Q2 (30%) - Tenderers should demonstrate examples of servicing multiple locations throughout the West Coast of Scotland and being able to provide a next working day delivery service for chilled, short shelf life products? Q3 (40%) - Tenderers should demonstrate examples of using locally sourced/Scottish produce where possible and show reactiveness to innovation/NPD briefs?",
"minimum": "Qualification Envelope: Part 3, Section A, B, C, D will be scored on a pass/fail basis and Part 4 Section C will be scored in line with the weighting shown above for Q1 to Q3 inclusive. 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.",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1
}
},
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true,
"invitationDate": "2023-03-13T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-03-01T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"hasRecurrence": true,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"recurrence": {
"description": "January 2027"
}
},
"parties": [
{
"id": "GB-FTS-6996",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Stuart McMaster",
"telephone": "+44 01475650387",
"email": "stuart.mcmaster@calmac.co.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.calmac.co.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Ferry Operator"
}
]
}
},
{
"id": "GB-FTS-910",
"name": "Greenock Sheriff Court",
"identifier": {
"legalName": "Greenock Sheriff Court"
},
"address": {
"streetAddress": "1 Nelson Street",
"locality": "Greenock",
"postalCode": "PA15 1TR",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1475787073"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-6996",
"name": "CalMac Ferries Limited"
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:419478-2019:TEXT:EN:HTML"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000720364"
}
],
"language": "en"
}