Notice Information
Notice Title
Framework Agreement for the Supply and Delivery of Milk to Nominated Vessels
Notice 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.
Lot Information
Lot 1
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.
Renewal: 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000801489
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN532494
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
15 - Food, beverages, tobacco and related products
-
- CPV Codes
15511000 - Milk
Notice Value(s)
- Tender Value
- £332,349 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 13 Jun 20258 months ago
- Submission Deadline
- 14 Jul 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- A Contract Notice will be published in June 2029.
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
- RMB Ruairidh M. Black
- Contact Email
- ruairidh.black@calmac.co.uk
- Contact Phone
- +44 7974884681
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
- TLM Scotland
-
- Local Authority
- Inverclyde
- Electoral Ward
- Inverclyde West
- Westminster Constituency
- Inverclyde and Renfrewshire West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN532494
Framework Agreement for the Supply and Delivery of Milk to Nominated Vessels - 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.
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-r6ebe6-0000801489-2025-06-13T00:00:00Z",
"date": "2025-06-13T00:00:00Z",
"ocid": "ocds-r6ebe6-0000801489",
"initiationType": "tender",
"parties": [
{
"id": "org-22",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP"
},
"contactPoint": {
"name": "RMB Ruairidh M. Black",
"email": "ruairidh.black@calmac.co.uk",
"telephone": "+44 7974884681",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Operator",
"scheme": "COFOG"
}
],
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-92",
"name": "Greenock Sheriff Court",
"identifier": {
"legalName": "Greenock Sheriff Court"
},
"address": {
"locality": "Greenock",
"postalCode": "PA15 1TR"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "CalMac Ferries Limited",
"id": "org-22"
},
"tender": {
"id": "CSCO25-636",
"title": "Framework Agreement for the Supply and Delivery of Milk to Nominated Vessels",
"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.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "15511000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 332349,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2025-07-14T12:00:00Z"
},
"awardPeriod": {
"startDate": "2025-07-14T12:00:00Z"
},
"documents": [
{
"id": "JUN532494",
"documentType": "contractNotice",
"title": "Framework Agreement for the Supply and Delivery of Milk to Nominated Vessels",
"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.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN532494",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "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.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical & Quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "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."
}
}
],
"bidOpening": {
"date": "2025-07-14T12:00:00Z"
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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."
},
{
"type": "economic",
"description": "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": "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"
},
{
"type": "technical",
"description": "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."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1,
"periodRationale": "N/A"
}
},
"classification": {
"id": "15511000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "A Contract Notice will be published in June 2029."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29411. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:801489)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000801489"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}