Notice Information
Notice Title
Starlink Data Pooling
Notice Description
CFL aims to collaborate with a Starlink provider capable of scaling and installing additional Starlink services across the network, both maritime and shore-side, at times convenient for CFL. Additionally, we seek a flexible shared data pool across the CFL estate, with control managed by CFL through a user-friendly management portal. The portal should integrate seamlessly with our systems and be configurable to deploy Starlink as needed, such as ferry routes in areas with 4G and 5G blackspots.
Lot Information
Lot 1
CFL aims to collaborate with a Starlink provider capable of scaling and installing additional Starlink services across the network, both maritime and shore-side, at times convenient for CFL. Additionally, we seek a flexible shared data pool across the CFL estate, with control managed by CFL through a user-friendly management portal. The portal should integrate seamlessly with our systems and be configurable to deploy Starlink as needed, such as ferry routes in areas with 4G and 5G blackspots.
Renewal: 2 X 12 MONTHS EXTENSIION OPTION
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000791716
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB524888
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
64 - Postal and telecommunications services
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
64210000 - Telephone and data transmission services
72300000 - Data services
72318000 - Data transmission services
72319000 - Data supply services
72411000 - Internet service providers ISP
Notice Value(s)
- Tender Value
- £432,000 £100K-£500K
- Lots Value
- £432,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 28 Feb 202512 months ago
- Submission Deadline
- 31 Mar 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- March 2028
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CALMAC FERRIES LIMITED
- Contact Name
- Wojciech Smagiel
- Contact Email
- wojciech.smagiel@calmac.co.uk
- Contact Phone
- +44 7872814843
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=FEB524888
Starlink Data Pooling - CFL aims to collaborate with a Starlink provider capable of scaling and installing additional Starlink services across the network, both maritime and shore-side, at times convenient for CFL. Additionally, we seek a flexible shared data pool across the CFL estate, with control managed by CFL through a user-friendly management portal. The portal should integrate seamlessly with our systems and be configurable to deploy Starlink as needed, such as ferry routes in areas with 4G and 5G blackspots.
Notice URLs
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-r6ebe6-0000791716-2025-02-28T00:00:00Z",
"date": "2025-02-28T00:00:00Z",
"ocid": "ocds-r6ebe6-0000791716",
"initiationType": "tender",
"parties": [
{
"id": "org-10",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP"
},
"contactPoint": {
"name": "Wojciech Smagiel",
"email": "wojciech.smagiel@calmac.co.uk",
"telephone": "+44 7872814843",
"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"
},
{
"id": "Ferry Operator",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Operator",
"scheme": "COFOG"
}
],
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-11",
"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-10"
},
"tender": {
"id": "ITHW24-104",
"title": "Starlink Data Pooling",
"description": "CFL aims to collaborate with a Starlink provider capable of scaling and installing additional Starlink services across the network, both maritime and shore-side, at times convenient for CFL. Additionally, we seek a flexible shared data pool across the CFL estate, with control managed by CFL through a user-friendly management portal. The portal should integrate seamlessly with our systems and be configurable to deploy Starlink as needed, such as ferry routes in areas with 4G and 5G blackspots.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "64210000",
"scheme": "CPV"
},
{
"id": "72300000",
"scheme": "CPV"
},
{
"id": "72318000",
"scheme": "CPV"
},
{
"id": "72319000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 432000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2025-03-31T12:00:00Z"
},
"awardPeriod": {
"startDate": "2025-03-31T12:00:00Z"
},
"documents": [
{
"id": "FEB524888",
"documentType": "contractNotice",
"title": "Starlink Data Pooling",
"description": "CFL aims to collaborate with a Starlink provider capable of scaling and installing additional Starlink services across the network, both maritime and shore-side, at times convenient for CFL. Additionally, we seek a flexible shared data pool across the CFL estate, with control managed by CFL through a user-friendly management portal. The portal should integrate seamlessly with our systems and be configurable to deploy Starlink as needed, such as ferry routes in areas with 4G and 5G blackspots.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB524888",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "CFL aims to collaborate with a Starlink provider capable of scaling and installing additional Starlink services across the network, both maritime and shore-side, at times convenient for CFL. Additionally, we seek a flexible shared data pool across the CFL estate, with control managed by CFL through a user-friendly management portal. The portal should integrate seamlessly with our systems and be configurable to deploy Starlink as needed, such as ferry routes in areas with 4G and 5G blackspots.",
"status": "active",
"value": {
"amount": 432000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality / Technical",
"description": "40"
},
{
"type": "cost",
"name": "Price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 360
},
"hasRenewal": true,
"renewal": {
"description": "2 X 12 MONTHS EXTENSIION OPTION"
}
}
],
"bidOpening": {
"date": "2025-03-31T12:00:00Z"
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"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 864,000 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. System Architecture and Design (30%) -Overall Architecture (40%) - Evaluation of the design, components, and data flow within the Shared Data Pool and Management Portal. -Scalability & High Availability (30%) - Ability to handle growth (starting at 100TB) and ensure uninterrupted service. -Data Integrity & Fault Tolerance (30%) - Mechanisms to prevent data loss and maintain service continuity during system failures. 2. Security and Compliance (15%) -Data Protection & Security Measures (50%) - Encryption, firewalls, access controls, and measures to prevent unauthorized access. -Regulatory Compliance (25%) - Compliance with GDPR and other relevant data protection laws. -Authentication & Access Control (25%) - Use of multi-factor authentication (MFA), role-based access control (RBAC), and secure login methods. 3. Performance and Scalability (20%) -Handling Increased Loads (50%) - Ability to scale in 20TB increments and maintain performance. -Latency Optimization (25%) - Methods to reduce delays in data retrieval and processing. -Concurrent Usage Support (25%) - System capability to handle multiple users and simultaneous data requests. 4. Integration and Interoperability (15%) -Compatibility with IT Infrastructure (100%) - How well the system integrates with existing enterprise networks, cloud services, and third-party tools. 5. Monitoring and Alerting (10%) -Integrated Monitoring Features (35%) - Tools for tracking system health and performance. -Alert Configuration & Management (35%) - How alerts are set up, triggered, and escalated for critical events. -Real-Time Tracking (30%) - Capabilities for proactive issue detection and service optimization. 6. Support and Maintenance (10%) -Support & Maintenance Services (60%) - Coverage, response times, and ongoing system maintenance commitments. -24/7 UK-Based NOC Support (40%) - Availability of network operations centre (NOC) support, knowledge base, FAQs, and customer resources.",
"minimum": "CFL requires that Bidders are able to demonstrate via previous examples that a range of goods and services have been provided in the past to other organisations with similar requirements. Bidders should note that evidence of meeting these criteria is expected in the response to each question. Minimum level(s) of standards required: Qualification Envelope: Part 3, Section A, B, C, D will be scored on a pass/fail basis 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. Scored questions will be evaluated 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": "72411000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "March 2028"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 28654. For more information see: https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/00799465019543CFA9A1 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28654. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:791716)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000791716"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}