Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}
]
}