Section one: Contracting authority
one.1) Name and addresses
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
Telephone
+44 1475650252
Country
United Kingdom
NUTS code
UKM - SCOTLAND
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Ferry Operator
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Asset Management Registers
Reference number
AM21-057
two.1.2) Main CPV code
- 71311200 - Transport systems consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The Asset Management Department has started on a program to implement new maintenance, repair, and overhaul management system that will replace CPS as the software package that we use to manage the engineering on the vessels. This will be known as Asset Management Technology (AMT).To enable the transition to AMT to take place in a more efficient manner, a project has been approved to deliver a set of base data at a time-aligned to the contract award of AMT itself. This project is to create a series of baselined registers related to 3 key facets of any AMT style system;
· an Asset Register,
· an OEM Maintenance Plan and,
· a Parts matrix.
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 48100000 - Industry specific software package
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
The Asset Management Department has started on a programme to implement a new maintenance, repair and overhaul management system that will replace CPS as the software package that we use to manage the engineering on the vessels. This will be known as Asset Management Technology (AMT).To enable the transition to AMT to take place in a more efficient manner, a project has been approved to deliver a set of base data at a time-aligned to the contract award of AMT itself. This project is to create a series of baselined registers related to 3 key facets of any AMT style system;
· an Asset Register,
· an OEM Maintenance Plan and,
· a Parts matrix.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
The Procurement will be conducted through the use of the Competitive Procedure with Negotiation. All queries about this procurement must be made via the PCS-T messaging system.
The process we will apply is;
Bidders must pass the minimum standards sections of the ESPD(Scotland)
Part III and Section B and D of Part IV will be scored on a pass/fail basis, and section C of part IV of the ESPD(Scotland) will be scored in the following way;
Questions 4C 2.1.6, 4C.2.1.7, and 4C.2.1.8 of the ESPD will be scored using the following methodology;
100- Excellent. The 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. The 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. The 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. The 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.
The responses to the questions in Section III.1.3 of the Contract Notice will be weighted in the following way. Please see ESPD(Scotland) Question 4C 2.1.6 - 35%, 4C.2.1.7 - 35%, and 4C.2.1.8 - 30%
We will take the three highest-scoring bidders through and they will be invited to submit a tender
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in the tender document
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-000000
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 April 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
30 April 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 31 August 2021
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
six.3) Additional information
ITT scoring matrix s:
Scoring
Heading Score
Approach to project 5
Project Staffing 15
Dedicated Project Manager 5
Project Management approach 15
Data collation 25
Data Validation 25
Data management & handover 10
Innovations, proposed changes to
Specification, alternative methods
of working etc. 0
Total 100
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=646420.
(SC Ref:646420)
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court
Greenock
Country
United Kingdom