Tender

DIGITAL REFRESH PLATFORM DESIGN, BUILD AND SUPPORT

DAVID MACBRAYNE LIMITED

This public procurement record has 1 release in its history.

Tender

10 Dec 2020 at 00:00

Summary of the contracting process

David MacBrayne Limited, located in Gourock, is currently seeking bidders for a tender titled "DIGITAL REFRESH PLATFORM DESIGN, BUILD AND SUPPORT," aimed at developing a new digital platform. This procurement falls under the services category and has an estimated value of £860,000, which could extend to £1,030,000 with an optional year of renewal. The procurement method is a selective process using a competitive procedure with negotiation, and the deadline for submission is 11 January 2021. This opportunity is particularly relevant for companies that could implement a digital content management system and offer ongoing support.

This tender presents significant growth opportunities for businesses in the technology and digital services sectors, especially those with experience in website and mobile app development, cloud solutions, and customer-facing digital systems. Firms capable of delivering innovative and user-friendly digital platforms, as well as those able to offer comprehensive support and maintenance, will be well-positioned to compete. The multi-year contract duration and the focus on future enhancements provide a substantial incentive for potential bidders to engage in this project.

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

DIGITAL REFRESH PLATFORM DESIGN, BUILD AND SUPPORT

Notice Description

David MacBrayne Limited (DML) require services to provide a Digital Refresh Project to deliver a new digital platform design, build and ongoing support.

Lot Information

Lot 1

David MacBrayne Limited (DML) is the parent company of two major subsidiary businesses CalMac Ferries Ltd and Solent Gateway Ltd. The group also has two human resource subsidiaries which support the business, David MacBrayne HR (UK) Ltd and Caledonian MacBrayne Crewing (Guernsey) Ltd. DML's Minimum Requirement is for a Provision of: a new digital Content Management System (CMS), Delivery of new commercial website (www.calmac.co.uk), Delivery of a new corporate website (www.calmac.co.uk/corporate) focused on delivering non-commercially related corporate content, Delivery of a new DML website (www.david-macbrayne.co,uk) focused on delivering group level related corporate content, Development of a new cross-platform customer facing Caledonian MacBrayne mobile app capable of being extended with native Ar Turas booking functionality, Development of a new AI chatbot for automated FAQ / help and support provision, Development of the existing CFL API infrastructure for integration of digital platform components and dependencies, Provision of extensible cloud hosting platform to support current and future web and app requirements within CFL's existing Microsoft Azure tenancy, Supply of all requisite hosting and software support, maintenance, licencing and ongoing optimisation services, Decommissioning of all legacy digital platform components, including the Online Sales Channel. The contract for this service will be let for an initial three-year duration, which will include an implementation period and a period of live running, followed by 1, renewed period of 12 months, which is at DML's option. In advance of the renewal, DML may elect not to renew at 3 months' notice. The total contract duration is up to four years. DML will contract with the most economically advantageous bidder.. 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 3 years with an option to extend for up to one additional 12 month period.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000636662
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC402038
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract 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

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


CPV Codes

72262000 - Software development services

72413000 - World wide web (www) site design services

72415000 - World wide web (www) site operation host services

Notice Value(s)

Tender Value
£860,000 £500K-£1M
Lots Value
£860,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Dec 20205 years ago
Submission Deadline
11 Jan 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
12 months before contract end date

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DAVID MACBRAYNE LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

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-r6ebe6-0000636662-2020-12-10T00:00:00Z",
    "date": "2020-12-10T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000636662",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-97",
            "name": "David MacBrayne Limited",
            "identifier": {
                "legalName": "David MacBrayne Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "name": "Denis Lyden",
                "email": "denis.lyden@calmac.co.uk",
                "telephone": "+44 7816094069",
                "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"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        },
        {
            "id": "org-16",
            "name": "Sheriff Court House",
            "identifier": {
                "legalName": "Sheriff Court House"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "David MacBrayne Limited",
        "id": "org-97"
    },
    "tender": {
        "id": "ITSW20-011",
        "title": "DIGITAL REFRESH PLATFORM DESIGN, BUILD AND SUPPORT",
        "description": "David MacBrayne Limited (DML) require services to provide a Digital Refresh Project to deliver a new digital platform design, build and ongoing support.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "72262000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72415000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 860000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2021-01-11T12:00:00Z"
        },
        "documents": [
            {
                "id": "DEC402038",
                "documentType": "contractNotice",
                "title": "DIGITAL REFRESH PLATFORM DESIGN, BUILD AND SUPPORT",
                "description": "David MacBrayne Limited (DML) require services to provide a Digital Refresh Project to deliver a new digital platform design, build and ongoing support.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC402038",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "David MacBrayne Limited (DML) is the parent company of two major subsidiary businesses CalMac Ferries Ltd and Solent Gateway Ltd. The group also has two human resource subsidiaries which support the business, David MacBrayne HR (UK) Ltd and Caledonian MacBrayne Crewing (Guernsey) Ltd. DML's Minimum Requirement is for a Provision of: a new digital Content Management System (CMS), Delivery of new commercial website (www.calmac.co.uk), Delivery of a new corporate website (www.calmac.co.uk/corporate) focused on delivering non-commercially related corporate content, Delivery of a new DML website (www.david-macbrayne.co,uk) focused on delivering group level related corporate content, Development of a new cross-platform customer facing Caledonian MacBrayne mobile app capable of being extended with native Ar Turas booking functionality, Development of a new AI chatbot for automated FAQ / help and support provision, Development of the existing CFL API infrastructure for integration of digital platform components and dependencies, Provision of extensible cloud hosting platform to support current and future web and app requirements within CFL's existing Microsoft Azure tenancy, Supply of all requisite hosting and software support, maintenance, licencing and ongoing optimisation services, Decommissioning of all legacy digital platform components, including the Online Sales Channel. The contract for this service will be let for an initial three-year duration, which will include an implementation period and a period of live running, followed by 1, renewed period of 12 months, which is at DML's option. In advance of the renewal, DML may elect not to renew at 3 months' notice. The total contract duration is up to four years. DML will contract with the most economically advantageous bidder.. 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": "active",
                "value": {
                    "amount": 860000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 3
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This contract shall operate for a term of 3 years with an option to extend for up to one additional 12 month period."
                }
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true,
            "invitationDate": "2021-01-25T00:00:00Z"
        },
        "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": "This ESPD is designed to allow DML to review evidence of prior experience and should not make forward-looking statements or predict where products or features may have utility for DML. 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 Digital Platform services as described in part II.2.4 of the OJEU Contract Notice. The question is split into five weighted sections and should be from the last 3 years as follows: -Please demonstrate your experience of projects where you have delivered an end-to-end digital refresh (CMS, web and native mobile app) with a commercial focus? Evidence that the proposed Content Management System as part of your solution is Commercial Off-The-Shelf software and supports cloud based deployments on Microsoft Azure. Please also evidence the software is in use with commerically focused organisations, which have been able to drive additional revenue and improved customer experience from its use. Your response must include at least two examples. (Weighting 50%) Please provide examples where the proposed Content Management System as part of your solution has been used to achieve custom integrations using its standard API set. Please provide two or more examples from recent client implementations. Examples might include the powering of content on a variety of digital touchpoints such as kiosks, signage or voice. (Weighting 20%) Please evidence how you have supported customers in the period following the handover of your solution to a 'business as usual' state. In particular, please provide examples of how you have supported those organisations through end user training, business change and the continued development / support of your solution. Please provide at least two examples from the past 3 years. (Weighting 30%) 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
            }
        },
        "classification": {
            "id": "72413000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "12 months before contract end date"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Estimated Value of the initial term is 860,000 GBP. Estimated Value including one 12 month extension is 1,030,000 GBP. Questions in the ITT 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. 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. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 17456. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:636662)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000636662"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}