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 Notice

Provision of Wayfinding and Information Solution for Blind and Partially Sighted Passengers

  • First published: 24 September 2025
  • Last modified: 24 September 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-05a06d
Published by:
CalMac Ferries Limited
Authority ID:
AA21565
Publication date:
24 September 2025
Deadline date:
28 October 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

CFL is seeking a qualified Supplier to deliver a pilot deployment of a smartphone based visual tagging solution designed to support blind and partially sighted passengers. This solution will enhance CFL’s wayfinding and will have access to real-time information, which will also convert to 36 languages. This pilot system will run for an initial 12-months at CFL’s Troon Ferry Terminal. After which, if successful, the Supplier will be awarded the remaining 48-months of the Framework which will cover several other locations throughout the CFL network.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

UK

Contact person: Ryan Armour

Telephone: +44 1475650230

E-mail: Ryan.Armour@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.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Other: Ferry Operator

I.5) Main activity

Other: Ferry Operator

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of Wayfinding and Information Solution for Blind and Partially Sighted Passengers

Reference number: CSOP25-613

II.1.2) Main CPV code

63724000

 

II.1.3) Type of contract

Services

II.1.4) Short description

CFL is seeking a qualified Supplier to deliver a pilot deployment of a smartphone based visual tagging solution designed to support blind and partially sighted passengers. This solution will enhance CFL’s wayfinding and will have access to real-time information, which will also convert to 36 languages. This pilot system will run for an initial 12-months at CFL’s Troon Ferry Terminal. After which, if successful, the Supplier will be awarded the remaining 48-months of the Framework which will cover several other locations throughout the CFL network.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

63724000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

CFL is seeking a qualified Supplier to deliver a pilot deployment of a smartphone based visual tagging solution designed to support blind and partially sighted passengers. This solution will enhance CFL’s wayfinding and will have access to real-time information, which will also convert to 36 languages. This pilot system will run for an initial 12-months at CFL’s Troon Ferry Terminal. After which, if successful, the Supplier will be awarded the remaining 48-months of the Framework which will cover several other locations throughout the CFL network.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

Thereafter, the Framework prices for the listed items shall remain fixed for an initial period of 12-months. Upon successful completion of this period, the Contractor may be awarded the remaining 48-months of the Agreement, which shall be divided into two extension options of 24-months each. Both extension periods must also be based on fixed prices.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

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


Minimum level(s) of standards required:

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

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

CFL is seeking a qualified Supplier to deliver a pilot deployment of a smartphone based visual tagging solution designed to support blind and partially sighted passengers. This solution will enhance CFL’s wayfinding and will have access to real-time information, which will also convert to 36 languages. This pilot system will run for an initial 12-months at CFL’s Troon Ferry Terminal. After which, if successful, the Supplier will be awarded the remaining 48-months of the Framework which will cover several other locations throughout the CFL network.

The pilot will test the feasibility of deploying smartphone based visual tagging solution in a ferry environment, initially focusing on one port, which also has rail and bus links.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

Justification for any framework agreement duration exceeding 4 years: It is a service that will be on-going at CFL for a long period of time.

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 28/10/2025

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 31/12/2025

IV.2.7) Conditions for opening of tenders

Date: 28/10/2025

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30203. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:811037)

VI.4) Procedures for review

VI.4.1) Review body

Scottish Courts and Tribunals Services

Sherriff Court House

Greenock

PA15 1TR

UK

VI.5) Date of dispatch of this notice

23/09/2025

Coding

Commodity categories

ID Title Parent category
63724000 Navigation services Support services for water transport

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:
Ryan.Armour@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.