Section one: Contracting authority
one.1) Name and addresses
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
Contact
Ryan Armour
Telephone
+44 1475650230
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
Access to the procurement documents is restricted. Further information can be obtained 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
Other type
Ferry Operator
one.5) Main activity
Other activity
Ferry Operator
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Wayfinding and Information Solution for Blind and Partially Sighted Passengers
Reference number
CSOP25-613
two.1.2) Main CPV code
- 63724000 - Navigation services
two.1.3) Type of contract
Services
two.1.4) Short description
CFL is seeking a qualified Supplier to deliver a pilot deployment of a smartphone based visual tagging solution designed to support blind and partially sighted passengers. This solution will enhance CFL’s wayfinding and will have access to real-time information, which will also convert to 36 languages. This pilot system will run for an initial 12-months at CFL’s Troon Ferry Terminal. After which, if successful, the Supplier will be awarded the remaining 48-months of the Framework which will cover several other locations throughout the CFL network.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 63724000 - Navigation services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
CFL is seeking a qualified Supplier to deliver a pilot deployment of a smartphone based visual tagging solution designed to support blind and partially sighted passengers. This solution will enhance CFL’s wayfinding and will have access to real-time information, which will also convert to 36 languages. This pilot system will run for an initial 12-months at CFL’s Troon Ferry Terminal. After which, if successful, the Supplier will be awarded the remaining 48-months of the Framework which will cover several other locations throughout the CFL network.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Thereafter, the Framework prices for the listed items shall remain fixed for an initial period of 12-months. Upon successful completion of this period, the Contractor may be awarded the remaining 48-months of the Agreement, which shall be divided into two extension options of 24-months each. Both extension periods must also be based on fixed prices.
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.1.2) Economic and financial standing
List and brief description of selection criteria
The following ratios must be confirmed based on your 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
Minimum level(s) of standards possibly required
The following ratios must be confirmed based on your 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
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
CFL is seeking a qualified Supplier to deliver a pilot deployment of a smartphone based visual tagging solution designed to support blind and partially sighted passengers. This solution will enhance CFL’s wayfinding and will have access to real-time information, which will also convert to 36 languages. This pilot system will run for an initial 12-months at CFL’s Troon Ferry Terminal. After which, if successful, the Supplier will be awarded the remaining 48-months of the Framework which will cover several other locations throughout the CFL network.
The pilot will test the feasibility of deploying smartphone based visual tagging solution in a ferry environment, initially focusing on one port, which also has rail and bus links.
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
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
It is a service that will be on-going at CFL for a long period of time.
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
28 October 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
Tender must be valid until: 31 December 2025
four.2.7) Conditions for opening of tenders
Date
28 October 2025
Local time
12:00pm
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 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 30203. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:811037)
six.4) Procedures for review
six.4.1) Review body
Scottish Courts and Tribunals Services
Sherriff Court House
Greenock
PA15 1TR
Country
United Kingdom