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.

Hysbysiad o Gontract

Starlink Data Pooling

  • Cyhoeddwyd gyntaf: 26 Mawrth 2025
  • Wedi'i addasu ddiwethaf: 26 Mawrth 2025
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

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)

Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-04e895
Cyhoeddwyd gan:
CalMac Ferries Limited
ID Awudurdod:
AA21565
Dyddiad cyhoeddi:
26 Mawrth 2025
Dyddiad Cau:
31 Mawrth 2025
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

UK

Person cyswllt: Wojciech Smagiel

Ffôn: +44 7872814843

E-bost: wojciech.smagiel@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.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Arall: Ferry Operator

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Starlink Data Pooling

Cyfeirnod: ITHW24-104

II.1.2) Prif god CPV

72411000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

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.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 432 000.00 GBP

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

64210000

72300000

72318000

72319000

II.2.3) Man cyflawni

Cod NUTS:

UKM

UK

II.2.4) Disgrifiad o’r caffaeliad

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.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Technical / Pwysoliad: 40

Maen prawf cost: Price / Pwysoliad: 60

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 432 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 12

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

2 X 12 MONTHS EXTENSIION OPTION

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

n/a

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

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.


Lefel(au) gofynnol y safonau sydd eu hangen:

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

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

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.


Lefel(au) gofynnol y safonau sydd eu hangen:

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.

III.2) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

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.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 31/03/2025

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 4  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 31/03/2025

Amser lleol: 12:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

March 2028

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

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)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Scottish Courts and Tribunals Services

Sherriff Court House

Greenock

PA15 1TR

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

28/02/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
72411000 Darparwyr gwasanaethau rhyngrwyd (ISP) Gwasanaethau darparwyr
72319000 Gwasanaethau cyflenwi data Gwasanaethau prosesu data
72300000 Gwasanaethau data Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth
64210000 Gwasanaethau ffôn a throsglwyddo data Gwasanaethau telathrebu
72318000 Gwasanaethau trosglwyddo data Gwasanaethau prosesu data

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:
wojciech.smagiel@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.