Notice Information
Notice Title
Ferry Booking and Ticketing Solution
Notice Description
CalMac Ferries is seeking to appoint a service provider to deliver a Ferry Booking and Ticketing solution.
Lot Information
Lot 1
CalMac CalMac Ferries Limited (CFL) is one of the largest transport operators in Scotland, operating 33 ferries and 53 ports, harbours and slipways on behalf of the Scottish Government under the Clyde and Hebrides Ferry Services (CHFS) contract. This Procurement CFL is seeking to procure a modern, commercial, off the shelf and market-proven ferry booking and ticketing software solution with demonstrable and referenceable capability to: - Make buying CalMac travel easy - Sell CFL travel and related products to domestic, commercial (including freight) and tourist customers - Offer smart ticketing, and the capability to integrate with external ticket fulfilment solutions - Expose functionality and data through open interfaces, allowing integration with customer sales and service devices, payment services, and internal and external business systems and services. 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 will be based on the Scottish Government Model ICT Services Contract. As part of the procurement, CFL will tailor that template contract to incorporate provisions specific to this project, allowing bidders to develop their fully costed proposals by reference to a pre-existing set of contractual terms. A copy of the Model ICT Contract is provided in the supplier attachment area within the PCS Tender portal. If you have any concerns, please submit details with your ESPD. For the avoidance of doubt, the tailored version of the contract will be made available to bidders in due course. Information A Prior Information Notice relating to this opportunity was published in July 2019, and a Supplier Meet Buyer event was held in Glasgow on 01 August 2019. A video of this event is available for viewing at https://mediazilla.com/ypx1s7og1. Whilst suppliers may find the video informative, nothing communicated in the video is binding on CFL unless confirmed in writing in the procurement documents (the Contract Notice, the ESPD, and tender documentation which will be made available in due course) or through PCS Tender. To the extent that anything in the procurement documents contradicts statements made during the Supplier Meet Buyer day, the procurement documents shall take precedence.. The estimated Contract Value excluding VAT range is 3,000,000 to 9,000,000 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.
Renewal: 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000596907
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR385846
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
30 - Office and computing machinery, equipment and supplies except furniture and software packages
34 - Transport equipment and auxiliary products to transportation
42 - Industrial machinery
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
30123100 - Ticket-validation machines
30144200 - Ticket-issuing machines
34980000 - Transport tickets
42991230 - Ticket printers
48100000 - Industry specific software package
72260000 - Software-related services
Notice Value(s)
- Tender Value
- £3,000,000 £1M-£10M
- Lots Value
- £3,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 28 Apr 20205 years ago
- Submission Deadline
- 8 Nov 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 28 Apr 20205 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 2028 or earlier if the contract is not renewed.
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CALMAC FERRIES LIMITED
- Contact Name
- Lynda Dunn
- Contact Email
- procurement@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
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Inverclyde
- Electoral Ward
- Inverclyde West
- Westminster Constituency
- Inverclyde and Renfrewshire West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT368543
Ferry Booking and Ticketing Solution - CalMac Ferries is seeking to appoint a service provider to deliver a Ferry Booking and Ticketing solution. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR385846
Ferry Booking and Ticketing Solution - CalMac Ferries is seeking to appoint a service provider to deliver a Ferry Booking and Ticketing solution.
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-r6ebe6-0000596907-2020-04-28T00:00:00Z",
"date": "2020-04-28T00:00:00Z",
"ocid": "ocds-r6ebe6-0000596907",
"initiationType": "tender",
"parties": [
{
"id": "org-246",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP"
},
"contactPoint": {
"name": "Lynda Dunn",
"email": "Procurement@calmac.co.uk",
"telephone": "+44 1475650252",
"faxNumber": "+44 1475650330",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Company",
"scheme": "COFOG"
},
{
"id": "Ferry Operator, Transport",
"scheme": "COFOG"
}
],
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-2",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP"
},
"contactPoint": {
"name": "Lynda Dunn",
"email": "Procurement@calmac.co.uk",
"telephone": "+44 1475650252",
"faxNumber": "+44 1475650330",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-7",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP"
},
"contactPoint": {
"name": "Lynda Dunn",
"email": "Procurement@calmac.co.uk",
"telephone": "+44 1475650252",
"faxNumber": "+44 1475650330",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Company",
"scheme": "COFOG"
},
{
"id": "Ferry Operator - Transport",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Operator - Transport",
"scheme": "COFOG"
},
{
"id": "Ferry Operator",
"scheme": "COFOG"
}
],
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-8",
"name": "Paisley Sheriff Court",
"identifier": {
"legalName": "Paisley Sheriff Court"
},
"address": {
"streetAddress": "3 St James Street",
"locality": "Paisley",
"postalCode": "PA3 2HL"
},
"contactPoint": {
"telephone": "+44 1418875291",
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "CalMac Ferries Limited",
"id": "org-7"
},
"tender": {
"id": "ocds-r6ebe6-0000596907",
"title": "Ferry Booking and Ticketing Solution",
"description": "CalMac Ferries is seeking to appoint a service provider to deliver a Ferry Booking and Ticketing solution.",
"status": "cancelled",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "48100000",
"scheme": "CPV"
},
{
"id": "30123100",
"scheme": "CPV"
},
{
"id": "30144200",
"scheme": "CPV"
},
{
"id": "34980000",
"scheme": "CPV"
},
{
"id": "42991230",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Gourock"
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 3000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-11-08T12:00:00Z"
},
"documents": [
{
"id": "OCT368543",
"documentType": "contractNotice",
"title": "Ferry Booking and Ticketing Solution",
"description": "CalMac Ferries is seeking to appoint a service provider to deliver a Ferry Booking and Ticketing solution.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT368543",
"format": "text/html"
},
{
"id": "APR385846",
"documentType": "awardNotice",
"title": "Ferry Booking and Ticketing Solution",
"description": "CalMac Ferries is seeking to appoint a service provider to deliver a Ferry Booking and Ticketing solution.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR385846",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "CalMac CalMac Ferries Limited (CFL) is one of the largest transport operators in Scotland, operating 33 ferries and 53 ports, harbours and slipways on behalf of the Scottish Government under the Clyde and Hebrides Ferry Services (CHFS) contract. This Procurement CFL is seeking to procure a modern, commercial, off the shelf and market-proven ferry booking and ticketing software solution with demonstrable and referenceable capability to: - Make buying CalMac travel easy - Sell CFL travel and related products to domestic, commercial (including freight) and tourist customers - Offer smart ticketing, and the capability to integrate with external ticket fulfilment solutions - Expose functionality and data through open interfaces, allowing integration with customer sales and service devices, payment services, and internal and external business systems and services. 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 will be based on the Scottish Government Model ICT Services Contract. As part of the procurement, CFL will tailor that template contract to incorporate provisions specific to this project, allowing bidders to develop their fully costed proposals by reference to a pre-existing set of contractual terms. A copy of the Model ICT Contract is provided in the supplier attachment area within the PCS Tender portal. If you have any concerns, please submit details with your ESPD. For the avoidance of doubt, the tailored version of the contract will be made available to bidders in due course. Information A Prior Information Notice relating to this opportunity was published in July 2019, and a Supplier Meet Buyer event was held in Glasgow on 01 August 2019. A video of this event is available for viewing at https://mediazilla.com/ypx1s7og1. Whilst suppliers may find the video informative, nothing communicated in the video is binding on CFL unless confirmed in writing in the procurement documents (the Contract Notice, the ESPD, and tender documentation which will be made available in due course) or through PCS Tender. To the extent that anything in the procurement documents contradicts statements made during the Supplier Meet Buyer day, the procurement documents shall take precedence.. The estimated Contract Value excluding VAT range is 3,000,000 to 9,000,000 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.",
"status": "cancelled",
"value": {
"amount": 3000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 6
},
"selectionCriteria": {
"description": "This Procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made via the PCS-Tender messaging system. The process we will apply will be: - Statements including the specific requirements can be found within Section III.1.2 and III.1.3 of the Contract Notice. -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. If any question subject to 'pass/fail' scoring be scored 'fail' the entire submission may be set aside and take no further part in the competition. Section C of Part IV of the ESPD (Scotland) will be scored in the following way: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 25 - Poor. 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. 50 - Acceptable. 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. 75 - Good. 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. 100- Excellent. 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. The responses to the questions of Section III.1.3 of the Contract Notice will be weighted the following way: Please see ESPD (Scotland) Question 4C.1.2: 100% The following questions 4C.8.1, 4C.8.2 and 4C.10 are not scored. We will take the top six highest scoring bidders through and they will be invited to submit a tender. If Question 4C.1.2, which shall be subject to the 'Evaluation Criteria for Selection Stage' is marked below '50 -- Acceptable' the submission may be set aside and take no further part in the competition. Tenderers should note that the following questions have been deleted from the ESPD and are not required for the purposes of this procurement. Part 2A:2A.16 All questions; Part 2A:2A.18; Part 2B:2B.2, 2B.3; Part 4A All questions; Part 4B; 4B.1.2, 4B.2.2; 4B.6 and 4B.6.1, Part 4C.7:4C.8.2; Part 4D:4D.2; 4D.2.1 and 4D.2.2; Part 4E; Part 4C:4C.1, 4C.1.1; 4C.2; 4C.2.1; 4C.3; 4C.4; 4C.5; 4C.6,4C.6.1; 4C.7, 4C.9, 4C.11, 4C.11.1, 4C.11.2; 4C.12, 4C.12.1, 4C.12.2; 4D, 4D.1, 4D.1.1, 4D.1.2, 4C.9."
},
"submissionTerms": {
"variantPolicy": "allowed"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "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."
}
}
],
"coveredBy": [
"GPA"
],
"secondStage": {
"invitationDate": "2019-11-29T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Economic Operators will be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015 on the basis of information provided within the European Single Procurement Document (\"ESPD)."
},
{
"type": "economic",
"description": "Please refer to these statements when completing section 4B of the ESPD (Scotland) Statement for 4B Economic Operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, Economic Operators shall: (a) in response to Question Ref. 4B.1.1 provide the specified ('general') annual turnover and the associated annual accounts as filed at Companies House (or equivalent if not UK registered company) for the last two years of trading, or for the period which is available if trading for less than two years; (b) in response to Question Ref. 4B.2.1 provide the specified annual turnover in the business area(s) covered by the contract notice and the associated annual accounts as filed at Companies House (or equivalent if not UK registered company) for the last two years of trading, or for the period which is available if trading for less than two years; (c) in response to Question Ref. 4B.4 economic operators should provide the name and value of 9 (NINE) financial criteria for both of the last two years of trading, or for the period which is available if trading for less than two years. Economic operators must also insert the corresponding score for each of the 9 criteria, for both financial years, with reference to the Financial Scoring Mechanism for ESPD (which can be found within the supplier attachment area of PCS-T). Economic operators should insert the score for each ratio value x 0.67 for Year 1 values and x 0.33 for Year 2 values to form an aggregated score as explained further below. The sum of these 2 weighted scores will be the weighted score for each ratio. The maximum possible weighted score for all 9 ratios is 50 (an example submission is provided within the Financial Scoring Mechanism document); and (d) in response to Question Ref. 4B.5 confirm they already have or can commit to obtain, prior to commencement of the contract, the required levels of insurance.",
"minimum": "Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below: Evaluation Criteria Ratios (Question Ref. 4B.4) The financial information received under Question Ref. 4B.4 of the ESPD shall be evaluated by CalMac Ferries and scored out of a total weighted score of 50 by allocating a score against nine individual economic and financial standing evaluation criteria, namely: 1. Acid Test Ratio (maximum possible score 6) 2. Cash Interest Cover Ratio (maximum possible score 6) 3. Return on Capital Employed (maximum possible score 6) 4. Operating Profit Ratio (maximum possible score 6) 5. Net Worth (maximum possible score 6) 6. Gearing (maximum possible score 6) 7. Annual Contract Value (2 Million GBP) to Turnover (maximum possible score 6) 8. Filed Accounts (maximum possible score 2) 9. Audit Report (maximum possible score 6) The individual scores shall be weighted for Year 1 and Year 2, with the most recent financial statements (Year 1) to be weighted at 67% with year 2 being weighted at 33%, to form an aggregated score for each of the nine criteria over the 2 years. For the avoidance of doubt, the maximum cumulative score resulting from the summation of the nine economic and financial standing aggregated scores shall be 50 marks. A submission shall be marked as a FAIL and will not be considered further if the score achieved by a Single Economic Operator (or a Group of Economic Operators) is less than 20 out of 50. The scoring mechanism document has been attached to the document attachment area of PCS-T. Where the submission has been submitted by a Group of Economic Operators, the information submitted by each Group Member will be evaluated in the proportion of the percentage shareholdings or percentage equity/interest of each Group Member and a score determined for such Group of Economic Operators on that basis. However, where a bidder has structured themselves to rely on one bidder to satisfy elements then CFL shall require joint and several liability. In the event that any bidder does not meet the financial criteria for consideration but has a parent company that does, the bidder may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee. There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing. In response to Question Ref. 4B.5.1a 4B.5.1b and 4B.5.2 Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: Employer's Liability Insurance = GBP 5 Million Public Liability Insurance = GBP 5 Million Professional Indemnity Insurance = GBP 5 Million The bidder should purchase any other insurance cover as necessary, taking into account the terms and conditions of this contract In responding to Question Ref. 4B.5.1a 4B.5.1b and 4B.5.2 of the ESPD, where a bidder ticks the box \"No, and I cannot commit to obtain it\" the submission shall be marked as FAIL. Economic operators which alter their composition after making a submission will be the subject of re-evaluation. CalMac Ferries reserve the right not to conclude any contract as a result of the procurement process initiated by this notice and to make whatever changes CalMac Ferries deem appropriate to the content, process, timing and structure of the procurement process."
},
{
"type": "technical",
"description": "Technical or Professional Ability (Question Ref. 4C.1.2) Economic Operators who fail to satisfy these minimum standards (either they answer 'No' or fail to provide an 'Acceptable' answer and score of 50 for question 4C1.2) shall be excluded from the procurement competition.",
"minimum": "Statement for question 4C.1.2 - The bidder will be required to provide relevant examples to demonstrate their experience and knowledge to deliver the services as described in the OJEU Contract Notice II.2.4. The bidder should include the URL for a live, client reference website that uses your ferry booking and ticketing solution. Statement for 4C.9 - Bidders will be required to provide an overview of the solution stack. Statement for question 4C.10 - Bidders will be required to confirm whether they intend to subcontract and if so, for what proportion of the contract."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "72260000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "2028 or earlier if the contract is not renewed."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-2",
"description": "The closing date has been amended",
"unstructuredChanges": [
{
"oldValue": {
"date": "2019-11-08T12:00:00Z"
},
"newValue": {
"date": "2019-11-11T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
}
]
}
]
},
"language": "EN",
"description": "\"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 product and solution capability, and presentations will be scored against a prescribed subset of user stories from the ITT using the Award criteria scoring set out in VI.3 below. If the Service Provider fails to achieve a score of 50 out of 100 for Technical & Quality, CFL reserves the right to disregard the Tender submission as failing to achieve a suitable minimum standard as detailed in the ITT. 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. Following publication of a Prior Information Notice, CFL conducted a bidder day on 1 August 2019. A video of the open day is available for viewing at https://mediazilla.com/ypx1s7og1. Whilst you may find the video informative, nothing communicated in the video is binding on CFL unless confirmed in writing in the procurement documents (the Contract Notice, the ESPD, and tender documentation which will be made available in due course) or through PCS-Tender. To the extent that anything in the procurement documents contradicts statements made during the Bidder Day, the procurement documents take precedence. 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 ESPD. (SC Ref:620499)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000596907"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000596907"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000596907"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "N/a",
"status": "unsuccessful",
"statusDetails": "discontinued",
"relatedLots": [
"1"
]
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 196-476094"
}
]
}