Tender

Supply and Delivery of Alcohol and Promotional Off-Sale Products

CALMAC FERRIES LIMITED

This public procurement record has 1 release in its history.

Tender

04 Feb 2025 at 15:58

Summary of the contracting process

CalMac Ferries Limited (CFL) is currently in the tender stage for the procurement titled "Supply and Delivery of Alcohol and Promotional Off-Sale Products," classified under the CPV code 15910000 for distilled alcoholic beverages. This tender encompasses the supply and delivery of various products, including bottled beers, ciders, wine, spirits, and other promotional off-sale items, to the major vessels within CFL’s fleet. The procurement focuses on maintaining a high-quality retail offering onboard for passengers, contributing to the company's profitability. The procurement process, using the Competitive Procedure with Negotiation (CPN), is actively soliciting bids with a total contract value estimated at £1,104,000 GBP, and the submission deadline is set for 6 March 2025. The contract period is 720 days, extendable by two 12-month options. Key locations include UK regions such as UKM83, UKM6, UKM63, and UKM64.

This tender presents a substantial opportunity for businesses, especially those experienced in supplying alcoholic beverages and promotional products, to expand their market reach and secure a long-term contract. Businesses adept at handling logistics for multiple remote locations, particularly those familiar with the Scottish West Coast, will find this tender particularly advantageous. Additionally, companies that can demonstrate their capability to use digital ordering systems, provide sustainable and locally sourced products, and meet stringent quality and safety standards are well-suited to compete. This procurement not only promises revenue growth but also reinforces supplier credibility by associating with a well-regarded entity like CalMac Ferries Limited.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Supply and Delivery of Alcohol and Promotional Off-Sale Products

Notice Description

CalMac Ferries Ltd (CFL) have indicated the continued need for a single Supplier who is able to supply and deliver alcohol and promotional off-sale products to the major vessels within it's fleet. This allows the business to provide a high-quality and robust retail offering onboard these vessels for all passengers which ultimately contributes to the profitability of the business and helps to deliver the overall commercial retail strategy of CFL. This Framework Agreement would include the supply and delivery of bottled beers, ciders, wine, spirits, and other off-sale products.

Lot Information

Lot 1

CalMac Ferries Ltd (CFL) have indicated the continued need for a single Supplier who is able to supply and deliver alcohol and promotional off-sale products to the major vessels within it's fleet. This allows the business to provide a high-quality and robust retail offering onboard these vessels for all passengers which ultimately contributes to the profitability of the business and helps to deliver the overall commercial retail strategy of CFL. This Framework Agreement would include the supply and delivery of bottled beers, ciders, wine, spirits, and other off-sale products.

Renewal: There will be two 12-month extension options available for this agreement.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04db91
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/003699-2025
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

15 - Food, beverages, tobacco and related products

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

15910000 - Distilled alcoholic beverages

79342200 - Promotional services

Notice Value(s)

Tender Value
£1,104,000 £1M-£10M
Lots Value
£1,104,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Feb 20251 years ago
Submission Deadline
6 Mar 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
February 2029

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

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
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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-04db91-2025-02-04T15:58:50Z",
    "date": "2025-02-04T15:58:50Z",
    "ocid": "ocds-h6vhtk-04db91",
    "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. Bidders 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. Bidders 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. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 28297. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:784659)",
    "initiationType": "tender",
    "tender": {
        "id": "CSCO24-614",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Supply and Delivery of Alcohol and Promotional Off-Sale Products",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "15910000",
            "description": "Distilled alcoholic beverages"
        },
        "mainProcurementCategory": "goods",
        "description": "CalMac Ferries Ltd (CFL) have indicated the continued need for a single Supplier who is able to supply and deliver alcohol and promotional off-sale products to the major vessels within it's fleet. This allows the business to provide a high-quality and robust retail offering onboard these vessels for all passengers which ultimately contributes to the profitability of the business and helps to deliver the overall commercial retail strategy of CFL. This Framework Agreement would include the supply and delivery of bottled beers, ciders, wine, spirits, and other off-sale products.",
        "value": {
            "amount": 1104000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "CalMac Ferries Ltd (CFL) have indicated the continued need for a single Supplier who is able to supply and deliver alcohol and promotional off-sale products to the major vessels within it's fleet. This allows the business to provide a high-quality and robust retail offering onboard these vessels for all passengers which ultimately contributes to the profitability of the business and helps to deliver the overall commercial retail strategy of CFL. This Framework Agreement would include the supply and delivery of bottled beers, ciders, wine, spirits, and other off-sale products.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality / Technical",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "value": {
                    "amount": 1104000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There will be two 12-month extension options available for this agreement."
                },
                "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": "79342200",
                        "description": "Promotional services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM6"
                    },
                    {
                        "region": "UKM63"
                    },
                    {
                        "region": "UKM64"
                    }
                ],
                "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. 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": "Please note that minimum required turnover per year should be 2,208,000 Million GBP. The following ratios must be confirmed based on the Bidder's 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. Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: Professional Risk Indemnity: 5,000,000 GBP Employer's (Compulsory) Liability: 5,000,000 GBP Public Liability: 5,000,000 GBP Product Liability: 5,000,000 GBP",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Technical or Professional Ability Part 4C. 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. The scored questions are as follows: 1. Digital Systems (30%) As it will be a mandatory requirement for the successful Supplier to use the Saffron Civica platform, Bidders should provide three examples demonstrating experience of using an online/EDI/web-based product ordering system including quick catalogue and pricing amendment features and paperless delivery note / invoice creation. As part of the answer, Bidders should include the following information: - Details of the tasks delivered. - Detailed description of the Bidder's role in using these systems and delivering these tasks. - Contract value and dates. - Details of the customer organisation for whom the work was carried out, please supply email address as CalMac may contact this Company for references. 2. Delivery Locations (30%) Bidders should provide three examples demonstrating experience 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. As part of the answer, Bidders should include the following information: - Details of the tasks delivered. - Detailed description of the Bidder's role in delivering these tasks. - Contract value and dates. - Details of the customer organisation for whom the work was carried out, please supply email address as CalMac may contact this Company for references. 3. Local Product Sourcing (40%) Bidders should demonstrate three examples of using locally sourced/Scottish produce where possible and show reactiveness to innovation/NPD briefs. As part of the answer, Bidders should include the following information: - Details of the tasks delivered. - Detailed description of the Bidder's role in delivering these tasks. - Contract value and dates. - Details of the customer organisation for whom the work was carried out, please supply email address as CalMac may contact this Company for references. 4. Environmental Management (0%) 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. Please provide details of the environmental management measures which the Bidder will be able to use when performing the contract. 5. Subcontracting (0%) Please provide details of the proportion (i.e. percentage) of the contract that Bidders intend to subcontract. Please provide details of Bidder's criteria for selecting suppliers to subcontract to. 6. Quality Control (0%) Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards with BS EN ISO 9001:2015 (or equivalent) or produce other means of proof concerning the quality assurance schemes. Bidders will also be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the health and safety standards in accordance ISO 45001:2018 Occupational Health and Safety Management System (or equivalent) or produce other means of proof concerning the health and safety standards Can the bidder provide the required certificates drawn up by a UCAS accredited quality provider, attesting the conformity of goods and services clearly identified by references to the technical specifications or standards, which are set out in the relevant Contract Notice?",
                    "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 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.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true,
            "invitationDate": "2025-03-21T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-03-06T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "hasRecurrence": true,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "recurrence": {
            "description": "February 2029"
        }
    },
    "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-100672",
            "name": "Scottish Courts and Tribunals Services",
            "identifier": {
                "legalName": "Scottish Courts and Tribunals Services"
            },
            "address": {
                "streetAddress": "Sherriff Court House",
                "locality": "Greenock",
                "postalCode": "PA15 1TR",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-6996",
        "name": "CalMac Ferries Limited"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000784659"
        }
    ],
    "language": "en"
}