Award

Ferry Booking and Ticketing Software

CALMAC FERRIES LIMITED

This public procurement record has 2 releases in its history.

Award

01 Mar 2021 at 00:00

Tender

01 May 2020 at 00:00

Summary of the contracting process

CalMac Ferries Limited, a major ferry operator based in Gourock, UK, is seeking a provider for its tender titled "Ferry Booking and Ticketing Software." The procurement process is currently classified as active and is being conducted through a selective method involving a competitive procedure with negotiation. The tender period concludes on 5th June 2020, and the estimated contract value ranges from £3,000,000 to £9,000,000. This software is vital to facilitate easy travel purchases and integrate various ticketing solutions for diverse customer segments, including domestic, commercial, and tourist users.

This tender presents an excellent opportunity for businesses in the software development sector, particularly those specialising in booking and ticketing systems, to extend their market reach and enhance their product offerings. Companies that have prior experience implementing commercial off-the-shelf software, especially in the transport sector, would be particularly well-suited to compete. The winning bidder will manage an initial four-year contract with potential auto-renewals, highlighting a sustainable long-term partnership with CalMac Ferries for innovative software solutions.

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

Ferry Booking and Ticketing Software

Notice Description

CalMac is seeking to appoint a provider of Ferry Booking and Ticketing software.

Lot Information

Lot 1

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. CFL's Minimum Requirement is for modern, packaged, commercial, off the shelf and market-proven ferry booking and ticketing software. End of Minimum Requirement. This Procurement Central to CFL's requirement is software which: 1. Will make buying CalMac travel easy 2. Will sell CFL travel and related products to domestic, commercial (including freight) and tourist customers 3. Will offer electronic ticketing, and the capability to integrate with external ticket fulfilment solutions 4. Requires zero or minimal development effort to satisfy CFL's required outcomes 5. Can be supported through implementation services including configuration, training and integration with CFL's payment services provider 6. Can be implemented in collaboration with CFL to achieve go-live within 12 months or less, following contract award. Note that suppliers will be expected to collaborate with CFL to determine an effective implementation approach during procurement 7. Offers proven, open interfaces to allow 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 12 months 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 on the same terms as if it continued to be applied to CFL. 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 Contract Principles document appointing CFL's chosen supplier will be provided during the ESPD stage for information only. Bidders selected to take part in the ITT will be able to comment on the Contract Principles document and this section of the ITT will be scored. A copy of the Contract Principles document will be provided in the supplier attachment area of PCS Tender portal prior to ESPD submission date. Information A link to a video produced by CFL will be made available via the PCS-Tender portal messaging system. The aim of this video is to explain the importance of the European Single Procurement Document (ESPD) scored questions, and how CFL will use the ESPD procedure to limit the number of organisations being invited to Tender to three (3) organisations only. A summary of key findings from CFL premarket engagement will also be provided. 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 any premarket engagement, 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.

Options: During the ITT stage, Bidders may suggest added value features for discussion during negotiation. Any additional features deemed to enhance the offer shall be subject to the evaluation criteria following the call for final offers.

Renewal: The contract will be let for an initial four years, which will include an implementation period and a period of live running, followed by four, auto-renewed periods of 12 months each. Prior to renewal, either party may elect not to renew, subject to provisions in the contract. The total contract duration is eight years.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000619970
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR408147
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
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support


CPV Codes

48000000 - Software package and information systems

48100000 - Industry specific software package

72212100 - Industry specific software development 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
1 Mar 20214 years ago
Submission Deadline
5 Jun 2020Expired
Future Notice Date
Not specified
Award Date
1 Mar 20214 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

Contracting Authority (Buyer)

Main Buyer
CALMAC FERRIES LIMITED
Contact Name
Mike Belton, Nicholas Donnelly
Contact Email
mike.belton@calmac.co.uk, nicholas.donnelly@calmac.co.uk
Contact Phone
+44 1475650138, +44 1475650321

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

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-r6ebe6-0000619970-2021-03-01T00:00:00Z",
    "date": "2021-03-01T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000619970",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-22",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "name": "Nicholas Donnelly",
                "email": "nicholas.donnelly@calmac.co.uk",
                "telephone": "+44 1475650321",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Ferry Operator, Transport",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Ferry Operator",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Ferry Operator",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Ferry Company",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        },
        {
            "id": "org-66",
            "name": "Greenock Sheriff Court",
            "identifier": {
                "legalName": "Greenock Sheriff Court"
            },
            "address": {
                "streetAddress": "1 Nelson St",
                "locality": "Greenock",
                "postalCode": "PA15 1TR"
            },
            "contactPoint": {
                "telephone": "+44 1475787073",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-461",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM83",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "name": "Mike Belton",
                "email": "mike.belton@calmac.co.uk",
                "telephone": "+44 1475650138",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Ferry Company",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Ferry transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        },
        {
            "id": "org-462",
            "name": "Greenock Sheriff Court",
            "identifier": {
                "legalName": "Greenock Sheriff Court"
            },
            "address": {
                "streetAddress": "1 Nelson St",
                "locality": "Greenock",
                "postalCode": "PA15 1TR"
            },
            "contactPoint": {
                "telephone": "+44 1475787073",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "CalMac Ferries Limited",
        "id": "org-461"
    },
    "tender": {
        "id": "ITSW20-001",
        "title": "Ferry Booking and Ticketing Software",
        "description": "CalMac is seeking to appoint a provider of Ferry Booking and Ticketing software.",
        "status": "cancelled",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "48000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "48100000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Gourock, Inverclyde"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 3000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2020-06-05T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAY386068",
                "documentType": "contractNotice",
                "title": "Ferry Booking and Ticketing Software",
                "description": "CalMac is seeking to appoint a provider of Ferry Booking and Ticketing software.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386068",
                "format": "text/html"
            },
            {
                "id": "MAR408147",
                "documentType": "awardNotice",
                "title": "Ferry Booking and Ticketing Software",
                "description": "CalMac is seeking to appoint a provider of Ferry Booking and Ticketing software.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR408147",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "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. CFL's Minimum Requirement is for modern, packaged, commercial, off the shelf and market-proven ferry booking and ticketing software. End of Minimum Requirement. This Procurement Central to CFL's requirement is software which: 1. Will make buying CalMac travel easy 2. Will sell CFL travel and related products to domestic, commercial (including freight) and tourist customers 3. Will offer electronic ticketing, and the capability to integrate with external ticket fulfilment solutions 4. Requires zero or minimal development effort to satisfy CFL's required outcomes 5. Can be supported through implementation services including configuration, training and integration with CFL's payment services provider 6. Can be implemented in collaboration with CFL to achieve go-live within 12 months or less, following contract award. Note that suppliers will be expected to collaborate with CFL to determine an effective implementation approach during procurement 7. Offers proven, open interfaces to allow 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 12 months 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 on the same terms as if it continued to be applied to CFL. 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 Contract Principles document appointing CFL's chosen supplier will be provided during the ESPD stage for information only. Bidders selected to take part in the ITT will be able to comment on the Contract Principles document and this section of the ITT will be scored. A copy of the Contract Principles document will be provided in the supplier attachment area of PCS Tender portal prior to ESPD submission date. Information A link to a video produced by CFL will be made available via the PCS-Tender portal messaging system. The aim of this video is to explain the importance of the European Single Procurement Document (ESPD) scored questions, and how CFL will use the ESPD procedure to limit the number of organisations being invited to Tender to three (3) organisations only. A summary of key findings from CFL premarket engagement will also be provided. 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 any premarket engagement, 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"
                        }
                    ]
                },
                "options": {
                    "description": "During the ITT stage, Bidders may suggest added value features for discussion during negotiation. Any additional features deemed to enhance the offer shall be subject to the evaluation criteria following the call for final offers."
                },
                "hasOptions": true,
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 3
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will be let for an initial four years, which will include an implementation period and a period of live running, followed by four, auto-renewed periods of 12 months each. Prior to renewal, either party may elect not to renew, subject to provisions in the contract. The total contract duration is eight years."
                }
            }
        ],
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true,
            "invitationDate": "2020-06-30T00:00:00Z"
        },
        "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 ESPD."
                },
                {
                    "type": "economic",
                    "description": "Please refer to these statements when completing Qualification Envelope Part 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 within the ESPD general attachment area); 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 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 an Economic Operator has structured themselves to rely on one Economic Operator to satisfy elements then CFL shall require joint and several liability. In the event that any Economic Operator does not meet the financial criteria for consideration but has a parent company that does, the Economic Operator may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee; Economic Operators should note that a Parent Company Guarantee is not otherwise required. There must be no qualification or contra-indication from any evidence provided in support of the Economic Operators 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 Economic Operator 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 an Economic Operator 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 Part 4C. This ESPD is designed to allow CFL to review evidence of prior implementations of your software product(s) and should not make forward-looking statements or predict where products or features may have utility for CFL. CFL will use the information provided in suppliers' responses to questions in this ESPD to demonstrate that your software product, as implemented, was: a. Modern: was able to demonstrate the use of supported software, was modular and extensible and offered production-proven API integration beyond simple booking APIs only b. Off-the-shelf: was in use across multiple ferry operators, was built on a single codebase that was shown to be common to multiple client instances, and that followed a roadmap of security and feature releases that were common to the various ferry operator clients using the product within the examples provided. c. Market-proven: was shown to be in continuous use by ferry operator clients, and who have extended their relationship with your organisation beyond initial contract term, and have implemented all published upgrades. In addition, CFL requires that you are able to demonstrate via previous examples that a range of implementation services, software support and maintenance arrangements (whereby new releases were provided along with support to remedy problems) were included with the software. Suppliers should note that evidence of meeting these criteria is expected in the response to each question. The scored questions are as follows: Q1 - Please evidence that your ferry booking and ticketing product is a packaged Commercial Off-The-Shelf software product, and that a common, consistent version of the software is in use with multiple ferry operators. Your response must include at least two examples of ferry operator clients using the full software:18% Q2 - Please provide evidence, using an example of a full implementation of your ferry booking and ticketing software product, that your product has managed all travel product sales, including all bookings, reservations and ticket sales, irrespective of sales or fulfilment channel, against available capacity:11% Q3 - Please evidence that your organisation has provided supporting configuration, training, implementation and support and maintenance services on the last two client implementations of your full ferry booking and ticketing software. Please state the go-live date for each example, and describe the support and maintenance operating model:6% Q4 - Please evidence, using as many ferry operator examples as necessary, that your ferry booking and ticketing software has been deployed successfully with the following features: multiple vessels, which are transferrable between routes, multi-leg journeys, routes where travel is reservable, and routes where tickets are purchased immediately prior to travel:18% Q5 - Please evidence that your full ferry booking and ticketing software has been implemented successfully within a 12-month period from contract start to go-live. Please include examples of two client implementation plans, ensuring contract start and go-live dates are included for each:18% Q6 - Please demonstrate that your ferry booking and ticketing software has been used to achieve custom integrations using its standard API set. Please provide two or more examples from recent client implementations. Good examples might include integration with kiosks, self-service check-in machines, an SMS service provider, Content Management or Customer Relationship Management systems or custom applications such as handheld check-in and/or ticket sales or customer-facing mobile applications:18% Q7 - Please demonstrate that your ferry booking and ticketing software has delivered enhanced reporting and analytical capability to your clients using business intelligence techniques e.g. through a Data Mart or analytical cube. Please include examples of two client implementations, stating how these clients have used this capability:11%",
                    "minimum": "Qualification Envelope: Part 3, Section A, B, C, D and Part 4 Section C 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. Statement for question 4C - Client References The three highest scoring tenderers who are nominated to progress to the Invitation to Tender stage (ITT) may have their references taken up by CalMac Ferries limited. The object of this exercise is the validation of the information presented during the ESPD process. 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": "72212100",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "2028 or earlier if the contract is not renewed."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "CFL reserves the right to Down Select to two Bidders once the first submission within the ITT has been scored with only the two highest scoring Tenderers being invited to negotiate. \"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, with the explicit exception of a request by CalMac to provide validation of software within a simulated environment (see below). 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 Software capability. CFL reserves the right not to award a contract pursuant to this procurement and to cancel the procurement at any point without liability. Award criteria scoring will be the following: 0 Unacceptable; 25 Poor; 50 Acceptable; 75 Good; 100 Excellent. Full definitions of the scoring are provided in the ITT. Bidders should note that CFL intends to ask security and control related award questions at the ITT stage, these questions form a small part within a broader question base. 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. The buyer reserves the right to fully validate a Tender response following the first submission of Tenders and before Contract award. This validation may include requesting further reference contact and visibility of the software in a live environment, as well as in a simulated environment. and within a simulated environment. Where validation on simulated environment is requested financial support may be provided to Bidder(s) as agreed during negotiation. The buyer is using PCS-Tender to conduct this ESPD exercise. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason: A Community Benefit (CB) clause has not been included within the ITT documents as a clause is considered not to be relative and /or proportionate to the nature of the service to be required. When responding to scored questions within the Technical Envelope of the ESPD, Economic Operators are asked to provide a response for each question using between 300 and 500 words. (SC Ref:645794)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000619970"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000619970"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "ITSW20-001",
            "status": "unsuccessful",
            "statusDetails": "discontinued",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2020/S 087-209411"
        }
    ]
}