Supply and Delivery of Alcohol and Promotional Off-Sale Products

A Tender Notice
by CALMAC FERRIES LIMITED

Source
Find a Tender
Type
Framework (Goods)
Duration
23.5 month
Value
£1M
Sector
MISCELLANEOUS
Published
04 Feb 2025
Delivery
To 24 Feb 2027 (est.)
Deadline
06 Mar 2025 12:00

Concepts

Location

Geochart for 1 buyers and 0 suppliers
Calmac Ferries
Leaflet | Map tiles by Stamen Design, under CC BY 3.0. Data by OpenStreetMap, under ODbL.

1 buyer

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.

Renewal Options

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

Award Criteria

Quality / Technical 40
price 60

CPV Codes

  • 15910000 - Distilled alcoholic beverages
  • 79342200 - Promotional services

Indicators

  • This is a recurring contract.
  • Renewals are available.
  • Financial restrictions apply.
  • Professional qualifications are sought.
  • Technical restrictions apply.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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)

Reference

Domains