Awarded contract

ASSET MANAGEMENT TECHNOLOGY SOFTWARE SOLUTION (CMMS)

  • CalMac Ferries Limited

F03: Contract award notice

Notice reference: 2023/S 000-036654

Published 13 December 2023, 2:01pm



Section one: Contracting authority

one.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

Contact

Mike Belton

Email

mike.belton@calmac.co.uk

Telephone

+44 01475650138

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.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Transport - Ferry Operator


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ASSET MANAGEMENT TECHNOLOGY SOFTWARE SOLUTION (CMMS)

Reference number

AM22-001

two.1.2) Main CPV code

  • 72260000 - Software-related services

two.1.3) Type of contract

Services

two.1.4) Short description

CalMac Ferries Ltd are looking to purchase an Asset Management Technology Software Solution to control planned and unplanned maintenance of its vessels and buildings. This will be via a CMMS which must be Type Approved for vessel use.

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
  • 48217000 - Transaction-processing software package
  • 48330000 - Scheduling and productivity software package
  • 48420000 - Facilities management software package and software package suite
  • 48421000 - Facilities management software package

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Gourock, Inverclyde

two.2.4) Description of the procurement

CalMac Ferries Limited (CFL) is one of the largest transport operators in Scotland, operating 35 ferries and 53 ports, harbours and slipways on behalf of the Scottish Government under the Clyde and Hebrides Ferry Services (CHFS) contract.

CFL is seeking to procure modern, commercial, off the shelf and market-proven Asset Management CMMS software which:

1. Requires zero or minimum development effort to satisfy CFL’s outcomes

2. Can be supported through implementation services including configuration, training and integration with CFL’s Finance systems.

Contract

The contract for this service will be let for an initial four-year duration, which will include an implementation period and a period of live running, followed by four, auto-renewed periods of 12 months, each of which is at CFL's option. In advance of each renewal, CFL may elect not to renew, at its sole discretion, at 60 days’ notice. The total contract duration is eight years.

CFL will contract with the most economically advantageous bidder, and the resultant contract will be available for novation to any subsequent operator of the CHFS contract.

It is intended that the contract could be applied for the benefit of CFL’s parent company, David MacBrayne Limited (DML), DML subsidiaries or any other entities formed by DML.

The services agreement appointing CFL’s chosen service provider is provided as part of the procurement, allowing bidders to develop their fully costed proposals by reference to a pre-existing set of contractual terms. A copy of the Contract is provided in the supplier attachment area within the PCS Tender portal.

Information

To the extent that anything in the procurement documents contradicts statements made during any premarket engagement, the procurement documents shall take precedence.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

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

two.2.14) Additional information

The estimated Contract Value excluding VAT range is 2,000,000 to 5,000,000 GBP.

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. CFL reserves the right to award additional services in accordance with regulation 33(8) of the Public Contracts (Scotland) Regulations 2015.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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: 2022/S 022-191402


Section five. Award of contract

Contract No

AM22-001

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section six. Complementary information

six.3) Additional information

CFL reserves the right to Down Select to two Bidders once the first submission within the ITT has been scored with only the two highest scoring Tenderers being invited to negotiate at CFL's sole discretion.

“CFL’s general conditions of the procurement will be published in the ITT. In the meantime, Economic Operators should note that the conditions of the procurement include (but are not limited to) the following:

-The eligibility requirements in this Contract Notice will apply to the procurement at all times. Economic Operators may be excluded from this competition if the Economic Operator no longer meets the selection criteria set out in the Contract Notice at any stage during the competition and/or there is a change in identity, control, financial standing or other factor impacting on the selection process affecting the Economic Operator;

-CFL is subject to the requirements of the Freedom of Information (Scotland) Act 2002 and the Environmental Information (Scotland) Regulations 2004. Accordingly, all information submitted to CFL may need to be disclosed and/or published by it in response to a request under FOISA or the EIRs; and

-Economic Operators will remain responsible for all costs and expenses incurred by them in connection with this competition. CFL will not be liable to reimburse or compensate any costs incurred in connection with an Economic Operator’s participation in this competition, including any costs or other liability in respect of the cancellation of the process.” The award criteria questions and weightings will be published in the ITT. Bidders will be expected to demonstrate Software capability.

Award criteria scoring will be the following:

0 Unacceptable; 25 Poor; 50 Acceptable; 75 Good; 100 Excellent. Full definitions of the scoring is provided in the ITT.

Bidders should note that CFL intends to ask security and control related award questions at the ITT stage. These ITT questions shall be grouped as either belonging to mandatory Pass/Fail type questions or questions which shall be scored and weighted.

Where a supplier has been assessed to have failed a Pass/Fail question their tender submission shall be deemed non-compliant and excluded from that point forward within the ITT process. For information only, CFL have provided copies of their ICT security and control standards within the supplier attachment area of this SPD.

(SC Ref:753183)

six.4) Procedures for review

six.4.1) Review body

Greenock Sheriff Court

1 Nelson St

Greenock

PA15 1TR

Telephone

+44 1475787073

Country

United Kingdom