Tender

Provision of Wayfinding and Information Solution for Blind and Partially Sighted Passengers

  • CalMac Ferries Limited

F02: Contract notice

Notice identifier: 2025/S 000-059001

Procurement identifier (OCID): ocds-h6vhtk-05a06d

Published 23 September 2025, 4:06pm



Section one: Contracting authority

one.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

Contact

Ryan Armour

Email

Ryan.Armour@calmac.co.uk

Telephone

+44 1475650230

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

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