Notice Information
Notice Title
Fuel Oil Testing
Notice 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.
Lot Information
Lot 1
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.
Renewal: 2 x 12 Months Extension Options
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000807546
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG537191
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71600000 - Technical testing, analysis and consultancy services
71610000 - Composition and purity testing and analysis services
71632000 - Technical testing services
Notice Value(s)
- Tender Value
- £200,000 £100K-£500K
- Lots Value
- £200,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 Aug 20256 months ago
- Submission Deadline
- 19 Sep 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- August 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
- Alison Ure
- Contact Email
- alison.ure@calmac.co.uk
- Contact Phone
- +44 1475650243
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=AUG537191
Fuel Oil Testing - 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.
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-r6ebe6-0000807546-2025-08-18T00:00:00Z",
"date": "2025-08-18T00:00:00Z",
"ocid": "ocds-r6ebe6-0000807546",
"initiationType": "tender",
"parties": [
{
"id": "org-44",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP"
},
"contactPoint": {
"name": "Alison Ure",
"email": "alison.ure@calmac.co.uk",
"telephone": "+44 1475650243",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Ferry Operator - Transport",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Operator - Transport",
"scheme": "COFOG"
},
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Operator",
"scheme": "COFOG"
},
{
"id": "Ferry Operator",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Operator",
"scheme": "COFOG"
}
],
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-48",
"name": "Scottish Courts and Tribunals Services",
"identifier": {
"legalName": "Scottish Courts and Tribunals Services"
},
"address": {
"streetAddress": "Sherriff Court House",
"locality": "Greenock",
"postalCode": "PA15 1TR"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "CalMac Ferries Limited",
"id": "org-44"
},
"tender": {
"id": "AMBU23-102",
"title": "Fuel Oil Testing",
"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.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "71610000",
"scheme": "CPV"
},
{
"id": "71632000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 200000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2025-09-19T12:00:00Z"
},
"awardPeriod": {
"startDate": "2025-09-19T12:00:00Z"
},
"documents": [
{
"id": "AUG537191",
"documentType": "contractNotice",
"title": "Fuel Oil Testing",
"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.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG537191",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "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.",
"status": "active",
"value": {
"amount": 200000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality/Technical",
"description": "40"
},
{
"type": "cost",
"name": "Price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "2 x 12 Months Extension Options"
}
}
],
"bidOpening": {
"date": "2025-09-19T12:00:00Z",
"address": {
"streetAddress": "Online(PCS-T)"
},
"description": "Sealed (parallel opening)"
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "UKAS Accreditation (ISO/IEC 17025)"
},
{
"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": "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"
},
{
"type": "technical",
"description": "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": "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."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1
}
},
"classification": {
"id": "71600000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "August 2029"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "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)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000807546"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}