Tender

Information and Records Retention Consultancy Support

CALMAC FERRIES LIMITED

This public procurement record has 1 release in its history.

Tender

30 Jan 2025 at 00:00

Summary of the contracting process

CalMac Ferries Limited, based in Gourock, UK, is seeking proposals for "Information and Records Retention Consultancy Support". This procurement falls under the services category with the CPV code 79996100. The consultation aims to enhance CalMac's information and records management, ensuring compliance with legal and operational requirements. The process is currently in the tender stage, ending on 3rd March 2025, with an invitation to the second stage expected by 17th March 2025. The total contract value is set at £180,000 and will be conducted via a restricted procedure with electronic submissions accepted.

This tender presents a significant growth opportunity for businesses specialising in information management and compliance consultancy, particularly those experienced in working with large transport operators and public sector entities. Suitable candidates will need to demonstrate a strong track record in records management transformation, with a thorough understanding of relevant legislation such as the Public Records (Scotland) Act 2011 and UK GDPR. Businesses equipped with relevant professional qualifications, such as Certified Records Manager or ISO 30300 accreditation, and those capable of engaging with diverse organisational roles to implement effective information management strategies should consider competing for this significant consultancy contract.

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

Information and Records Retention Consultancy Support

Notice Description

CalMac Ferries Limited (CFL) is on a journey to implement improvements in its management of information. The purpose of this requirement is to seek proposals from qualified suppliers to assist CFL in implementing improvements in its overall management of information and the design and delivery of CFL's information and records retention program. CFL has initiated an information and records retention program to improve how CFL manage the retention and disposal of information and records, ensuring compliance with legal, regulatory, and operational requirements. The program will define what information and records are included, how they are managed, and who is responsible, while addressing key considerations like information classification, systems, locations, and policies.

Lot Information

Lot 1

CalMac Ferries Limited (CFL) is on a journey to implement improvements in its management of information. The purpose of this requirement is to seek proposals from qualified suppliers to assist CFL in implementing improvements in its overall management of information and the design and delivery of CFL's information and records retention program. CFL has initiated an information and records retention program to improve how CFL manage the retention and disposal of information and records, ensuring compliance with legal, regulatory, and operational requirements. The program will define what information and records are included, how they are managed, and who is responsible, while addressing key considerations like information classification, systems, locations, and policies.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000789191
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN522848
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
PCS Notice - Website Contract 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

66 - Financial and insurance services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

66171000 - Financial consultancy services

79996100 - Records management

Notice Value(s)

Tender Value
£180,000 £100K-£500K
Lots Value
£180,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
30 Jan 20251 years ago
Submission Deadline
3 Mar 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
CALMAC FERRIES LIMITED
Contact Name
Stuart McMaster
Contact Email
stuart.mcmaster@calmac.co.uk
Contact Phone
+44 07977031615

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=JAN522848
    Information and Records Retention Consultancy Support - CalMac Ferries Limited (CFL) is on a journey to implement improvements in its management of information. The purpose of this requirement is to seek proposals from qualified suppliers to assist CFL in implementing improvements in its overall management of information and the design and delivery of CFL's information and records retention program. CFL has initiated an information and records retention program to improve how CFL manage the retention and disposal of information and records, ensuring compliance with legal, regulatory, and operational requirements. The program will define what information and records are included, how they are managed, and who is responsible, while addressing key considerations like information classification, systems, locations, and policies.

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-r6ebe6-0000789191-2025-01-30T00:00:00Z",
    "date": "2025-01-30T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000789191",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-15",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "name": "Stuart McMaster",
                "email": "stuart.mcmaster@calmac.co.uk",
                "telephone": "+44 07977031615",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Ferry Operator",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        },
        {
            "id": "org-16",
            "name": "Scottish Courts and Tribunals Services",
            "identifier": {
                "legalName": "Scottish Courts and Tribunals Services"
            },
            "address": {
                "streetAddress": "Sherriff Court House",
                "locality": "Greenock",
                "postalCode": "PA15 1TR"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "CalMac Ferries Limited",
        "id": "org-15"
    },
    "tender": {
        "id": "CSFI24-512",
        "title": "Information and Records Retention Consultancy Support",
        "description": "CalMac Ferries Limited (CFL) is on a journey to implement improvements in its management of information. The purpose of this requirement is to seek proposals from qualified suppliers to assist CFL in implementing improvements in its overall management of information and the design and delivery of CFL's information and records retention program. CFL has initiated an information and records retention program to improve how CFL manage the retention and disposal of information and records, ensuring compliance with legal, regulatory, and operational requirements. The program will define what information and records are included, how they are managed, and who is responsible, while addressing key considerations like information classification, systems, locations, and policies.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "66171000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 180000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2025-03-03T12:00:00Z"
        },
        "documents": [
            {
                "id": "JAN522848",
                "documentType": "contractNotice",
                "title": "Information and Records Retention Consultancy Support",
                "description": "CalMac Ferries Limited (CFL) is on a journey to implement improvements in its management of information. The purpose of this requirement is to seek proposals from qualified suppliers to assist CFL in implementing improvements in its overall management of information and the design and delivery of CFL's information and records retention program. CFL has initiated an information and records retention program to improve how CFL manage the retention and disposal of information and records, ensuring compliance with legal, regulatory, and operational requirements. The program will define what information and records are included, how they are managed, and who is responsible, while addressing key considerations like information classification, systems, locations, and policies.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN522848",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "CalMac Ferries Limited (CFL) is on a journey to implement improvements in its management of information. The purpose of this requirement is to seek proposals from qualified suppliers to assist CFL in implementing improvements in its overall management of information and the design and delivery of CFL's information and records retention program. CFL has initiated an information and records retention program to improve how CFL manage the retention and disposal of information and records, ensuring compliance with legal, regulatory, and operational requirements. The program will define what information and records are included, how they are managed, and who is responsible, while addressing key considerations like information classification, systems, locations, and policies.",
                "status": "active",
                "value": {
                    "amount": 180000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": false
            }
        ],
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2025-03-17T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "N/A"
                },
                {
                    "type": "economic",
                    "description": "Please refer to these statements when completing section 4B of the SPD (Scotland) Statement for 4B - Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below: Bidders must provide their (\"general\") yearly turnover for the last three financial years. Bidders must provide their (\"specific\") yearly turnover for the last three financial years. Bidders must must provide appropriate financial ratio information as set out within this Contract Notice. Bidders must confirm they have the required levels of insurance as set out within this Contract Notice.",
                    "minimum": "Please note that minimum required turnover per year should be 300,000 GBP. The following ratios must be confirmed based on the Bidder's latest set of published accounts. 1- Return on Capital Employed: must be at a ratio greater than \"0\". 2- Acid Test (Current Ratio): Current Ratio must be greater than \"1\". 3- Gearing: Gearing must be a figure of less than 100%. 4- Interest Coverage: Interest Coverage must be a figure of 2 or above. Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: Professional Risk Indemnity: 5 Million GBP Employer's (Compulsory) Liability: 5 Million GBP Public Liability: 5 Million GBP Product Liability: 5 Million GBP"
                },
                {
                    "type": "technical",
                    "description": "1. Experience (90%) a) Using no more than three relevant examples, please detail past experience of working with organisations of a similar size and nature to CalMac Ferries Ltd, with relevant industry experience (mass passenger transport/B2C & B2B) and as part of national infrastructure, demonstrating the Bidder's expertise in delivering Records Management transformation in this complex and high profile operational organsation. (25%) b) Using no more than three relevant examples please detail past experience of working with public sector organisations that are subject to information legislation such as the Public Records (Scotland) Act 2011, UK GDPR, Data Protection Act 2018, Freedom of Information (Scotland) Act 2002, and the Environmental Information (Scotland) Regulations 2004. This should include the transformational change they have gone through to ensure compliance and the additional challenges this may have presented and how challenges were overcome. (25%) c) Using a past example, for each area listed below, provide details (Sector/ Year/ Scope/ Challenges/ Improvement Outcomes) where the Bidder has been required to undertake the following types of activities (25%): - Information audits using data discovery tools - Development of a records retention schedule and/or information asset register - Development of Microsoft information architecture to support information management and security d) Using past experience please detail examples (no more than three) when the Bidder has had to engage with staff members of all levels, in both corporate and operational roles, to understand current workplace practices and make recommendations for change. Please outline the engagment techniques and approaches utilised to reach agreement and how this was brought forward to ensure recommendation timescales were adhered to. (25%) 2. Qualifications (10%) Bidders are required to provide details of relevant educational and professional qualifications are held by the service provider. These could include the following: - Advanced Degree - Certified Information Governance Officer (CIGO) - Certified Records Manager (CRM) - Information Governance Professional (IGP) - Member of IRMS - ISO 15489 Accreditation - ISO 30300 Accreditation a) The following educational and professional qualifications held by: The managerial staff that would be assigned to deliver this contract. (100%) 3. Environmental Management (0%) 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. Please provide details of the environmental management measures which the Bidder will be able to use when performing the contract. 4. Subcontracting (0%) Please provide details of the proportion (i.e. percentage) of the contract that Bidders intend to subcontract. Please provide details of Bidder's criteria for selecting suppliers to subcontract to. 5. Quality Control (0%) Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards with BS EN ISO 9001:2015 (or equivalent) or produce other means of proof concerning the quality assurance schemes. Bidders will also be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the health and safety standards in accordance ISO 45001:2018 Occupational Health and Safety Management System (or equivalent) or produce other means of proof concerning the health and safety standards Can the bidder provide the required certificates drawn up by a UCAS accredited quality provider, attesting the conformity of services clearly identified by references to the technical specifications or standards, which are set out in the relevant Contract Notice?",
                    "minimum": "Qualification Envelope: Part 3, Section A, B, C, D will be scored on a pass/fail basis and Part 4 Section C will be scored in line with the weighting shown above for all questions. 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. Questions one to five within the pre-qualification stage will be scored using the below 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."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "79996100",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 28488. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:789191)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000789191"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}