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