Section one: Contracting authority
one.1) Name and addresses
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
Contact
Wojciech Smagiel
Telephone
+44 7872814843
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.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
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
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
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
Starlink Data Pooling
Reference number
ITHW24-104
two.1.2) Main CPV code
- 72411000 - Internet service providers ISP
two.1.3) Type of contract
Services
two.1.4) Short 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.
two.1.5) Estimated total value
Value excluding VAT: £432,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 64210000 - Telephone and data transmission services
- 72300000 - Data services
- 72318000 - Data transmission services
- 72319000 - Data supply services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UK - United Kingdom
two.2.4) Description of the procurement
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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Technical / Weighting: 40
Cost criterion - Name: Price / Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £432,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
2 X 12 MONTHS EXTENSIION OPTION
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
n/a
three.1.2) Economic and financial standing
List and brief description of selection criteria
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 level(s) of standards possibly required
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
three.1.3) Technical and professional ability
List and brief description of selection criteria
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 level(s) of standards possibly required
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.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
31 March 2025
Local time
12:00pm
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
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
31 March 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: March 2028
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
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)
six.4) Procedures for review
six.4.1) Review body
Scottish Courts and Tribunals Services
Sherriff Court House
Greenock
PA15 1TR
Country
United Kingdom