Notice Information
Notice Title
REDESIGN COMPANY MANAGEMENT SYSTEM
Notice Description
CalMac Ferries Limited (CFL) is seeking to develop and implement a new Company Management System (CMS). The CMS is a set of tools for the creation and implementation of policies, practices, guidelines, processes, and procedures that are used in the development, deployment, and execution of strategy, business plans and other company activities as determined by assessment of risk, including processes for monitoring and measuring the the system to ensure effective implementation.
Lot Information
Lot 1
CFL is seeking to develop and implement a new Company Management System (CMS). The CMS is a set of tools for the creation and implementation of policies, practices, guidelines, processes, and procedures that are used in the development, deployment, and execution of strategy, business plans and other company activities as determined by assessment of risk, including processes for monitoring and measuring the the system to ensure effective implementation. CFL is seeking a partner with extensive experience in business process development and management to: - Develop and implement a new CMS. - Review and update existing, remove redundant, and add new processes as appropriate. - Develop and implement standards for creation, publishing, and maintaining CMS content. - Develop the solution aligned to an existing international quality standard / framework. - Provide staff training. - Implement a new process modelling tool (if required). - Decommission legacy Business Optix platform (if required). The new CMS will be deployed within CFL's existing SharePoint installation.. 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.
Renewal: This contract shall operate for a term of 2 years with an option to extend for up to an additional two 12 month periods.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000623005
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC403315
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- 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
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
48000000 - Software package and information systems
72262000 - Software development services
Notice Value(s)
- Tender Value
- £250,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £243,000 £100K-£500K
Notice Dates
- Publication Date
- 23 Dec 20205 years ago
- Submission Deadline
- 13 Jul 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 9 Oct 20205 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 6 months before contract end date
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CALMAC FERRIES LIMITED
- Contact Name
- Chris Curtis, Stuart McMaster
- Contact Email
- christopher.curtis@calmac.co.uk, stuart.mcmaster@calmac.co.uk
- Contact Phone
- +44 1475650321, +44 1475650387
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
- TLM Scotland
-
- 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=JUN388053
REDESIGN COMPANY MANAGEMENT SYSTEM - CalMac Ferries Limited (CFL) is seeking to develop and implement a new Company Management System (CMS). The CMS is a set of tools for the creation and implementation of policies, practices, guidelines, processes, and procedures that are used in the development, deployment, and execution of strategy, business plans and other company activities as determined by assessment of risk, including processes for monitoring and measuring the the system to ensure effective implementation. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC403315
REDESIGN COMPANY MANAGEMENT SYSTEM - CalMac Ferries Limited (CFL) is seeking to develop and implement a new Company Management System (CMS). The CMS is a set of tools for the creation and implementation of policies, practices, guidelines, processes, and procedures that are used in the development, deployment, and execution of strategy, business plans and other company activities as determined by assessment of risk, including processes for monitoring and measuring the the system to ensure effective implementation.
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-r6ebe6-0000623005-2020-12-23T00:00:00Z",
"date": "2020-12-23T00:00:00Z",
"ocid": "ocds-r6ebe6-0000623005",
"initiationType": "tender",
"parties": [
{
"id": "org-36",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP"
},
"contactPoint": {
"name": "Chris Curtis",
"email": "christopher.curtis@calmac.co.uk",
"telephone": "+44 1475650321",
"url": "http://"
},
"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": "COFOG"
}
],
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-6",
"name": "Sheriff Court House",
"identifier": {
"legalName": "Sheriff Court House"
},
"address": {
"streetAddress": "Buccleuch Street",
"locality": "Dumfries",
"postalCode": "DG1 2AN"
},
"contactPoint": {
"email": "dumfries@scotcourts.gov.uk",
"telephone": "+44 1387262357",
"url": "http://www.nhsdg.scot.nhs.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-1",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "CalMac Ferries Limited, Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP"
},
"contactPoint": {
"name": "Stuart McMaster",
"email": "stuart.mcmaster@calmac.co.uk",
"telephone": "+44 1475650387",
"faxNumber": "+44 1475650330",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-42",
"name": "Appetite for Business",
"identifier": {
"legalName": "Appetite for Business"
},
"address": {
"streetAddress": "Unit 2/3, The Venue, Grandholm, Bridge of Don",
"locality": "Aberdeen",
"region": "UK",
"postalCode": "AB22 8AA"
},
"contactPoint": {
"telephone": "+44 1224824111",
"faxNumber": "+44 1224824111"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-28",
"name": "Sheriff Court House",
"identifier": {
"legalName": "Sheriff Court House"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"email": "edinburgh@scotcourts.gov.uk",
"telephone": "+44 1312252525",
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "CalMac Ferries Limited",
"id": "org-36"
},
"tender": {
"id": "ocds-r6ebe6-0000623005",
"title": "REDESIGN COMPANY MANAGEMENT SYSTEM",
"description": "CalMac Ferries Limited (CFL) is seeking to develop and implement a new Company Management System (CMS). The CMS is a set of tools for the creation and implementation of policies, practices, guidelines, processes, and procedures that are used in the development, deployment, and execution of strategy, business plans and other company activities as determined by assessment of risk, including processes for monitoring and measuring the the system to ensure effective implementation.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "72262000",
"scheme": "CPV"
},
{
"id": "48000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 250000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-07-13T12:00:00Z"
},
"documents": [
{
"id": "JUN388053",
"documentType": "contractNotice",
"title": "REDESIGN COMPANY MANAGEMENT SYSTEM",
"description": "CalMac Ferries Limited (CFL) is seeking to develop and implement a new Company Management System (CMS). The CMS is a set of tools for the creation and implementation of policies, practices, guidelines, processes, and procedures that are used in the development, deployment, and execution of strategy, business plans and other company activities as determined by assessment of risk, including processes for monitoring and measuring the the system to ensure effective implementation.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN388053",
"format": "text/html"
},
{
"id": "DEC403315",
"documentType": "awardNotice",
"title": "REDESIGN COMPANY MANAGEMENT SYSTEM",
"description": "CalMac Ferries Limited (CFL) is seeking to develop and implement a new Company Management System (CMS). The CMS is a set of tools for the creation and implementation of policies, practices, guidelines, processes, and procedures that are used in the development, deployment, and execution of strategy, business plans and other company activities as determined by assessment of risk, including processes for monitoring and measuring the the system to ensure effective implementation.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC403315",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "CFL is seeking to develop and implement a new Company Management System (CMS). The CMS is a set of tools for the creation and implementation of policies, practices, guidelines, processes, and procedures that are used in the development, deployment, and execution of strategy, business plans and other company activities as determined by assessment of risk, including processes for monitoring and measuring the the system to ensure effective implementation. CFL is seeking a partner with extensive experience in business process development and management to: - Develop and implement a new CMS. - Review and update existing, remove redundant, and add new processes as appropriate. - Develop and implement standards for creation, publishing, and maintaining CMS content. - Develop the solution aligned to an existing international quality standard / framework. - Provide staff training. - Implement a new process modelling tool (if required). - Decommission legacy Business Optix platform (if required). The new CMS will be deployed within CFL's existing SharePoint installation.. 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.",
"status": "complete",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 3
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 540
},
"hasRenewal": true,
"renewal": {
"description": "This contract shall operate for a term of 2 years with an option to extend for up to an additional two 12 month periods."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
}
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true,
"invitationDate": "2020-08-05T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to these statements when completing section 4B of the ESPD (Scotland) Statement for 4B Bidders must demonstrate a Return on Capital Employed at a ratio of greater than Zero. Ratio will be calculated as follows; Net profit after Tax divided by Net Assets (Total assets less Current Liabilities) Bidders must demonstrate a Current Ratio of greater than 1. Current Ratio will be calculated as follows; Net Current Assets divided by Net Current Liabilities There must be no qualification or contra-indication from any evidence provided in support of the bidder's economic and financial standing Statement for 4B1.1 Bidders must provide their (\"general\") yearly turnover for the last 3 financial years. Statement for 4B5.1-3 It is a requirement for this contract that bidders hold or commit to obtain prior to the commencement of any subsequently awarded contract the types of Insurance indicated below; Employer's (Compulsory) Liability Insurance = 5 Million GBP Public Liability Insurance = 5 Million GBP Professional Indemnity Insurance = 5 Million GBP"
},
{
"type": "technical",
"description": "Q4C 1.2 of the ESPD (Weighting 100%) - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the Company Management System as described in part II.2.4 of the OJEU Contract Notice. The question is split into six weighted sections and should be from the last 3 years as follows: - Please provide two past examples of development, implementation, support, and maintenance of a CMS, whether or not it was developed using Sharepoint. (Weighting - 20%). - Please provide past examples of development, implementation, support, and maintenance of two Sharepoint solutions provided by your organisation. It is acceptable to use some or all of the same example(s) used in Scored Question 1. (Weighting - 20%) - Please provide past examples of projects where you have developed solutions aligned to international quality standard(s), and state what standards were used. It is not mandatory that you are accredited, but you must be able to evidence work to the standard.(Weighting - 10%) - Please provide past examples of major business process management work undertaken by your organisation. This must include development and implementation of the standards for creating, publishing, and maintaining content, and addition of new, removal of redundant, and review and update of existing processes. (Weighting - 30%) - CFL currently uses Business Optix for modelling, but is open to review, replacement, or removal as appropriate. Please provide past examples of review of existing modelling tools and introduction of new modelling tools. (Weighting - 10%) - Please provide past examples of training provision across multiple sites, noting CFL's geography. This must include as a minimum training needs assessment, differing learning needs, training materials, training, and post-training evaluation. (Weighting - 10%) Q4C.6 of the ESPD (Weighting Pass/Fail) Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications. Q4C.7 of the ESPD (Weighting Pass/Fail) - Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards in accordance with BS EN ISO 14001:2015 (or equivalent) or produce other means of proof concerning required environmental management systems or standards. Q4D.1 of the ESPD (Weighting Pass/Fail) Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required Quality Assurance standards in accordance with BS EN 9001:2015 (or equivalent) or produce other means of proof concerning their quality assurance schemes."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3
}
},
"classification": {
"id": "72262000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "6 months before contract end date"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-16",
"description": "Urgent - Additional Information The criteria being used for the ITT stage is 60% Quality and 40% Price. The following criteria descriptions will be used to determine the scores to award for each scored question within the ITT. Excellent = 100% - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full. Good = 75% - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled. Acceptable = 50% - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. Poor = 25% - Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. Unacceptable = 0% - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement."
}
]
},
"language": "EN",
"description": "Questions 4C 1.2 of the ESPD will be scored using the following methodology: 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. 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. 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. 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. 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. Award Criteria questions can be found in the ITT together with the weightings The Scoring Methodology for the award criteria in the ITT will be as follows: 0 Unacceptable; 25 Poor; 50 Acceptable; 75 Good; 100 Excellent. Full definitions of the scoring are provided in the ITT. COMPETITIVE PROCEDURE WITH NEGOTIATION EXPLANATION -Competitive Procedure with Negotiation (CPN) this is a two-stage procedure run along the same lines as a Restricted procedure. This requires interested parties to complete a pre-qualification stage by submitting a European Single Procurement Document (ESPD) before being invited to submit a tender. This down selection process allows us to limit the number of parties receiving the full tender and moving forward to the negotiation phase(s). Under CPN tenders are submitted from down selected suppliers and are then subject to evaluation and negotiation and then re-submitted to finalise positions and allow selection of a preferred bidder. This framework agreement is being established to facilitate the redesign of CalMac's CMS and will operate on a Ranked basis (Rank 1 highest scoring Tenderer) and will consist of at least two call offs. The first call off will be made during the award stage of the ITT where the Rank 1 Tenderer will be awarded the consultancy element of the CMS project. The second call off will be for the provision and installation of the Redesigned CMS, and CalMac shall reserve the right to award to either the Rank 1 supplier or to run a further competition (mini competition) at their sole discretion. (SC Ref:640050)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000623005"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000623005"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000623005"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "CSH20-23",
"suppliers": [
{
"id": "org-42",
"name": "Appetite for Business"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "CSH20-23",
"awardID": "CSH20-23",
"status": "active",
"value": {
"amount": 243000,
"currency": "GBP"
},
"dateSigned": "2020-10-09T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2020/S 113-275479"
}
],
"bids": {
"statistics": [
{
"id": "72",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "73",
"measure": "smeBids",
"value": 3,
"relatedLot": "1"
},
{
"id": "74",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "75",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "76",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
}
]
}
}