Tender

Asset Management Registers

  • CalMac Ferries Limited

F02: Contract notice

Notice identifier: 2021/S 000-005150

Procurement identifier (OCID): ocds-h6vhtk-029b8f

Published 15 March 2021, 10:48am



Section one: Contracting authority

one.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

Email

steven.mcewan@calmac.co.uk

Telephone

+44 1475650252

Country

United Kingdom

NUTS code

UKM - SCOTLAND

Internet address(es)

Main address

http://www.calmac.co.uk

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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