Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Dyfarnu Contract

ASSET MANAGEMENT TECHNOLOGY SOFTWARE SOLUTION (CMMS)

  • Cyhoeddwyd gyntaf: 14 Rhagfyr 2023
  • Wedi'i addasu ddiwethaf: 14 Rhagfyr 2023

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-042545
Cyhoeddwyd gan:
CalMac Ferries Limited
ID Awudurdod:
AA21565
Dyddiad cyhoeddi:
14 Rhagfyr 2023
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

Hysbysiad dyfarnu contract

Canlyniadau'r weithdrefn gaffael

Adran I: Endid contractio

I.1) Enw a chyfeiriad

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

UK

Person cyswllt: Mike Belton

Ffôn: +44 01475650138

E-bost: mike.belton@calmac.co.uk

NUTS: UKM

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.calmac.co.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Arall: Transport - Ferry Operator

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

ASSET MANAGEMENT TECHNOLOGY SOFTWARE SOLUTION (CMMS)

Cyfeirnod: AM22-001

II.1.2) Prif god CPV

72260000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

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.

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

48000000

48100000

48217000

48330000

48420000

48421000

II.2.3) Man cyflawni

Cod NUTS:

UKM83


Prif safle neu fan cyflawni:

Gourock, Inverclyde

II.2.4) Disgrifiad o’r caffaeliad

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.

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 50

Price / Pwysoliad:  50

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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 IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gystadleuol gyda negodi

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2022/S 022-191402

Section V: Dyfarnu contract

Rhif Contract: AM22-001

Dyfernir contract/lot: Na

V.1 Gwybodaeth am benderfyniad i beidio â dyfarnu

Ni ddyfernir y contract/lot

Rhesymau eraill (dirwyn y weithdrefn i ben)

Section VI: Gwybodaeth ategol

VI.3) Gwybodaeth ychwanegol

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)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Greenock Sheriff Court

1 Nelson St

Greenock

PA15 1TR

UK

Ffôn: +44 1475787073

VI.5) Dyddiad anfon yr hysbysiad hwn

13/12/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
72260000 Gwasanaethau sy’n gysylltiedig â meddalwedd Gwasanaethu rhaglennu meddalwedd ac ymgynghori ar feddalwedd
48420000 Pecyn meddalwedd a chyfres pecyn meddalwedd rheoli cyfleusterau Pecyn meddalwedd trafodion busnes a busnes personol
48330000 Pecyn meddalwedd amserlennu a chynhyrchiant Pecyn meddalwedd creu dogfennau, lluniadu, delweddu, amserlennu a chynhyrchiant
48100000 Pecyn meddalwedd penodol i ddiwydiant Systemau pecynnau meddalwedd a gwybodaeth
48217000 Pecyn meddalwedd prosesu trafodion Pecyn meddalwedd rhwydweithio
48421000 Pecyn meddalwedd rheoli cyfleusterau Pecyn meddalwedd a chyfres pecyn meddalwedd rheoli cyfleusterau
48000000 Systemau pecynnau meddalwedd a gwybodaeth Gwasanaethau Cyfrifiadurol a Chysylltiedig

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
mike.belton@calmac.co.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.