Award

Asset Management Registers

CALMAC FERRIES LIMITED

This public procurement record has 2 releases in its history.

Award

04 Jan 2022 at 17:04

Tender

15 Mar 2021 at 10:48

Summary of the contracting process

The procurement process titled "Asset Management Registers" is being conducted by CalMac Ferries Limited, a public ferry operator based in Gourock, UK. This project falls under the Transport Systems Consultancy Services category and is currently at the active tender stage. The project aims to implement a new maintenance and management system, with an associated contract value of £300,000. The deadline for submission of tenders is set for 14 April 2021, and the procurement method employed is a competitive procedure with negotiation, allowing for a selective bidding process.

This tender presents significant opportunities for businesses in the consultancy and software sectors, particularly those specialising in transport systems and asset management technologies. Companies that can demonstrate expertise in developing maintenance management systems or have experience in similar consultancy roles will be well-positioned to compete for this contract. Furthermore, SMEs are particularly encouraged to participate, as evidenced by the tender's inclusion of various selection criteria aimed at ensuring a diverse range of bidders.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Asset Management Registers

Notice Description

The Asset Management Department has started on a program to implement new maintenance, repair, and overhaul management system that will replace CPS as the software package that we use to manage the engineering on the vessels. This will be known as Asset Management Technology (AMT).To enable the transition to AMT to take place in a more efficient manner, a project has been approved to deliver a set of base data at a time-aligned to the contract award of AMT itself. This project is to create a series of baselined registers related to 3 key facets of any AMT style system; * an Asset Register, * an OEM Maintenance Plan and, * a Parts matrix.

Lot Information

Lot 1

The Asset Management Department has started on a programme to implement a new maintenance, repair and overhaul management system that will replace CPS as the software package that we use to manage the engineering on the vessels. This will be known as Asset Management Technology (AMT).To enable the transition to AMT to take place in a more efficient manner, a project has been approved to deliver a set of base data at a time-aligned to the contract award of AMT itself. This project is to create a series of baselined registers related to 3 key facets of any AMT style system; * an Asset Register, * an OEM Maintenance Plan and, * a Parts matrix.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-029b8f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000114-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

71 - Architectural, construction, engineering and inspection services


CPV Codes

48000000 - Software package and information systems

48100000 - Industry specific software package

71311200 - Transport systems consultancy services

Notice Value(s)

Tender Value
£300,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£30,000 Under £100K

Notice Dates

Publication Date
4 Jan 20224 years ago
Submission Deadline
14 Apr 2021Expired
Future Notice Date
Not specified
Award Date
29 Sep 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
CALMAC FERRIES LIMITED
Contact Name
Not specified
Contact Email
steven.mcewan@calmac.co.uk
Contact Phone
+44 1475650252

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
Not specified

Local Authority
Inverclyde
Electoral Ward
Inverclyde West
Westminster Constituency
Inverclyde and Renfrewshire West

Supplier Information

Number of Suppliers
1
Supplier Name

XPEDITE GROUP OF COMPANIES

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-h6vhtk-029b8f-2022-01-04T17:04:01Z",
    "date": "2022-01-04T17:04:01Z",
    "ocid": "ocds-h6vhtk-029b8f",
    "description": "ITT scoring matrix s: Scoring Heading Score Approach to project 5 Project Staffing 15 Dedicated Project Manager 5 Project Management approach 15 Data collation 25 Data Validation 25 Data management & handover 10 Innovations, proposed changes to Specification, alternative methods of working etc. 0 Total 100 (SC Ref:678500)",
    "initiationType": "tender",
    "tender": {
        "id": "AM21-057",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Asset Management Registers",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71311200",
            "description": "Transport systems consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "The Asset Management Department has started on a program to implement new maintenance, repair, and overhaul management system that will replace CPS as the software package that we use to manage the engineering on the vessels. This will be known as Asset Management Technology (AMT).To enable the transition to AMT to take place in a more efficient manner, a project has been approved to deliver a set of base data at a time-aligned to the contract award of AMT itself. This project is to create a series of baselined registers related to 3 key facets of any AMT style system; * an Asset Register, * an OEM Maintenance Plan and, * a Parts matrix.",
        "value": {
            "amount": 300000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Asset Management Department has started on a programme to implement a new maintenance, repair and overhaul management system that will replace CPS as the software package that we use to manage the engineering on the vessels. This will be known as Asset Management Technology (AMT).To enable the transition to AMT to take place in a more efficient manner, a project has been approved to deliver a set of base data at a time-aligned to the contract award of AMT itself. This project is to create a series of baselined registers related to 3 key facets of any AMT style system; * an Asset Register, * an OEM Maintenance Plan and, * a Parts matrix.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "type": "price",
                            "description": "50"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 3
                },
                "selectionCriteria": {
                    "description": "The Procurement will be conducted through the use of the Competitive Procedure with Negotiation. All queries about this procurement must be made via the PCS-T messaging system. The process we will apply is; Bidders must pass the minimum standards sections of the ESPD(Scotland) Part III and Section B and D of Part IV will be scored on a pass/fail basis, and section C of part IV of the ESPD(Scotland) will be scored in the following way; Questions 4C 2.1.6, 4C.2.1.7, and 4C.2.1.8 of the ESPD will be scored using the following methodology; 100- Excellent. The 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. The 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. The 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. The 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. The responses to the questions in Section III.1.3 of the Contract Notice will be weighted in the following way. Please see ESPD(Scotland) Question 4C 2.1.6 - 35%, 4C.2.1.7 - 35%, and 4C.2.1.8 - 30% We will take the three highest-scoring bidders through and they will be invited to submit a tender"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48100000",
                        "description": "Industry specific software package"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "As stated in the tender document",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true,
            "invitationDate": "2021-04-30T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-04-14T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2021-08-31T23:59:59+01:00"
            }
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-6996",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1475650252",
                "email": "steven.mcewan@calmac.co.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.calmac.co.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Ferry Operator"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-8734",
            "name": "Greenock Sheriff Court",
            "identifier": {
                "legalName": "Greenock Sheriff Court"
            },
            "address": {
                "locality": "Greenock",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-39510",
            "name": "Xpedite Group of Companies",
            "identifier": {
                "legalName": "Xpedite Group of Companies"
            },
            "address": {
                "streetAddress": "Xpedite Group of Companies Ltd, The West Barn",
                "locality": "Bath",
                "region": "UK",
                "postalCode": "BA2 7PQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7739431146"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-6996",
        "name": "CalMac Ferries Limited"
    },
    "language": "en",
    "awards": [
        {
            "id": "000114-2022-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-39510",
                    "name": "Xpedite Group of Companies"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "000114-2022-1",
            "awardID": "000114-2022-1",
            "status": "active",
            "value": {
                "amount": 30000,
                "currency": "GBP"
            },
            "dateSigned": "2021-09-30T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            }
        ]
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000646420"
        }
    ]
}