Tender

Starlink Data Pooling

CALMAC FERRIES LIMITED

This public procurement record has 1 release in its history.

Tender

28 Feb 2025 at 00:00

Summary of the contracting process

CalMac Ferries Limited has initiated an open tender process titled "Starlink Data Pooling" under the services industry category. The procurement aims to select a Starlink provider to scale and install Starlink services across their maritime and shore-side network, along with a flexible shared data pool managed via a user-friendly portal. This portal is expected to integrate seamlessly with CalMac Ferries' systems and support configurations for ferry routes in areas with 4G and 5G blackspots. The total estimated value of this contract is GBP 432,000. The procurement process is currently at the tender stage, with an electronic submission deadline set for 31st March 2025. The addresses for service delivery include the UK and the wider UK regions.

This tender presents significant opportunities for businesses in telecommunications, network services, and IT solutions, particularly those with capabilities in Starlink installations and data management systems. Companies with robust experience in handling high-volume data, ensuring service continuity, and integrating advanced network solutions within existing infrastructures will find this opportunity aligned with their services. The procurement process will evaluate submissions on a combination of quality and cost, focusing on the bidder's ability to deliver scalable, reliable, and secure data services. Businesses that meet the economic and technical selection criteria, including demonstrated past performance and financial stability, are well-suited to compete for this 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

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

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

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.

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-r6ebe6-0000791716-2025-02-28T00:00:00Z",
    "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"
}