Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

ASSET MANAGEMENT TECHNOLOGY SOFTWARE SOLUTION (CMMS)

  • First published: 14 December 2023
  • Last modified: 14 December 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-042545
Published by:
CalMac Ferries Limited
Authority ID:
AA21565
Publication date:
14 December 2023
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

CalMac Ferries Limited (CFL) is one of the largest transport operators in Scotland, operating 35 ferries and 53 ports, harbours and slipways on behalf of the Scottish Government under the Clyde and Hebrides Ferry Services (CHFS) contract.

CFL is seeking to procure modern, commercial, off the shelf and market-proven Asset Management CMMS software which:

1. Requires zero or minimum development effort to satisfy CFL’s outcomes

2. Can be supported through implementation services including configuration, training and integration with CFL’s Finance systems.

Contract

The contract for this service will be let for an initial four-year duration, which will include an implementation period and a period of live running, followed by four, auto-renewed periods of 12 months, each of which is at CFL's option. In advance of each renewal, CFL may elect not to renew, at its sole discretion, at 60 days’ notice. The total contract duration is eight years.

CFL will contract with the most economically advantageous bidder, and the resultant contract will be available for novation to any subsequent operator of the CHFS contract.

It is intended that the contract could be applied for the benefit of CFL’s parent company, David MacBrayne Limited (DML), DML subsidiaries or any other entities formed by DML.

The services agreement appointing CFL’s chosen service provider is provided as part of the procurement, allowing bidders to develop their fully costed proposals by reference to a pre-existing set of contractual terms. A copy of the Contract is provided in the supplier attachment area within the PCS Tender portal.

Information

To the extent that anything in the procurement documents contradicts statements made during any premarket engagement, the procurement documents shall take precedence.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

UK

Contact person: Mike Belton

Telephone: +44 01475650138

E-mail: mike.belton@calmac.co.uk

NUTS: UKM

Internet address(es)

Main address: http://www.calmac.co.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Transport - Ferry Operator

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

ASSET MANAGEMENT TECHNOLOGY SOFTWARE SOLUTION (CMMS)

Reference number: AM22-001

II.1.2) Main CPV code

72260000

 

II.1.3) Type of contract

Services

II.1.4) Short description

CalMac Ferries Ltd are looking to purchase an Asset Management Technology Software Solution to control planned and unplanned maintenance of its vessels and buildings. This will be via a CMMS which must be Type Approved for vessel use.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

48000000

48100000

48217000

48330000

48420000

48421000

II.2.3) Place of performance

NUTS code:

UKM83


Main site or place of performance:

Gourock, Inverclyde

II.2.4) Description of the procurement

CalMac Ferries Limited (CFL) is one of the largest transport operators in Scotland, operating 35 ferries and 53 ports, harbours and slipways on behalf of the Scottish Government under the Clyde and Hebrides Ferry Services (CHFS) contract.

CFL is seeking to procure modern, commercial, off the shelf and market-proven Asset Management CMMS software which:

1. Requires zero or minimum development effort to satisfy CFL’s outcomes

2. Can be supported through implementation services including configuration, training and integration with CFL’s Finance systems.

Contract

The contract for this service will be let for an initial four-year duration, which will include an implementation period and a period of live running, followed by four, auto-renewed periods of 12 months, each of which is at CFL's option. In advance of each renewal, CFL may elect not to renew, at its sole discretion, at 60 days’ notice. The total contract duration is eight years.

CFL will contract with the most economically advantageous bidder, and the resultant contract will be available for novation to any subsequent operator of the CHFS contract.

It is intended that the contract could be applied for the benefit of CFL’s parent company, David MacBrayne Limited (DML), DML subsidiaries or any other entities formed by DML.

The services agreement appointing CFL’s chosen service provider is provided as part of the procurement, allowing bidders to develop their fully costed proposals by reference to a pre-existing set of contractual terms. A copy of the Contract is provided in the supplier attachment area within the PCS Tender portal.

Information

To the extent that anything in the procurement documents contradicts statements made during any premarket engagement, the procurement documents shall take precedence.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 50

Price / Weighting:  50

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The estimated Contract Value excluding VAT range is 2,000,000 to 5,000,000 GBP.

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. CFL reserves the right to award additional services in accordance with regulation 33(8) of the Public Contracts (Scotland) Regulations 2015.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 022-191402

Section V: Award of contract

Contract No: AM22-001

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)

Section VI: Complementary information

VI.3) Additional information

CFL reserves the right to Down Select to two Bidders once the first submission within the ITT has been scored with only the two highest scoring Tenderers being invited to negotiate at CFL's sole discretion.

“CFL’s general conditions of the procurement will be published in the ITT. In the meantime, 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 with this competition. 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 Software capability.

Award criteria scoring will be the following:

0 Unacceptable; 25 Poor; 50 Acceptable; 75 Good; 100 Excellent. Full definitions of the scoring is provided in the ITT.

Bidders should note that CFL intends to ask security and control related award questions at the ITT stage. 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. For information only, CFL have provided copies of their ICT security and control standards within the supplier attachment area of this SPD.

(SC Ref:753183)

VI.4) Procedures for review

VI.4.1) Review body

Greenock Sheriff Court

1 Nelson St

Greenock

PA15 1TR

UK

Telephone: +44 1475787073

VI.5) Date of dispatch of this notice

13/12/2023

Coding

Commodity categories

ID Title Parent category
48421000 Facilities management software package Facilities management software package and software package suite
48420000 Facilities management software package and software package suite Business transaction and personal business software package
48100000 Industry specific software package Software package and information systems
48330000 Scheduling and productivity software package Document creation, drawing, imaging, scheduling and productivity software package
48000000 Software package and information systems Computer and Related Services
72260000 Software-related services Software programming and consultancy services
48217000 Transaction-processing software package Networking software package

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
mike.belton@calmac.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.