Section one: Contracting authority
one.1) Name and addresses
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
Contact
Alison Ure
Telephone
+44 1475650243
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.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, 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
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
The Provision of External Coaching Services
Reference number
CSHR21-445
two.1.2) Main CPV code
- 80500000 - Training services
two.1.3) Type of contract
Services
two.1.4) Short description
David MacBrayne Limited (DML) is the parent company of CalMac Ferries Ltd, which in turn is supported by a human resource subsidiary, David MacBrayne HR (UK) Ltd (DML HR).
DML HR are seeking to appoint an experienced supplier to deliver expert Leadership Development Coaching for target groups of staff to ensure their development as leaders and managers is continually supported.
two.1.5) Estimated total value
Value excluding VAT: £360,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 80500000 - Training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
West Coast of Scotland
two.2.4) Description of the procurement
While the principal contracting entity is DML HR, it is envisioned that services will be provided across the DML Group of companies and primarily to target groups of staff in CalMac Ferries Limited, (CFL).
CFL is the operator of the Clyde & Hebrides Ferry Service, a multi-award-winning ferry & port operator and ship management specialist. CFL provides essential lifeline services and logistical support to island and remote communities on the West Cost of Scotland.
Within CalMac Ferries, as with many Public Sector organisations, there is a reliance on strong leadership and management to ensure that organisational goals are achieved.
As such, Leadership Development is provided for target groups of staff to ensure their development as leaders and managers is continually supported.
Whilst CFL delivers internal coaching opportunities, it has been identified that the provision of expert coaching services from an external service provider with a proven track record of delivery is required. This will help to ensure that top talent, emerging talent and key post holders are appropriately equipped to manage the demands and challenges of their roles, particularly in an environment of change and disruption.
The term of contract will be for a period of two (2) years with the option to extend for up to a further two (2) years in 12-month increments.
The contract is for the delivery of Coaching services for talent that supports the continuous development of the Organisation and includes the provision of:
- Executive Coaching services and support for Executive Directors
- Leadership and management Coaching services on a one to one basis for leaders and managers identified as top talent in line with the Organisation’s values and behaviours
- Ad hoc Coaching services for specific challenges identified through talent, succession and excelling performance discussions
- Tailored Coaching services on a group/team basis
- Provision of Coaching tools and techniques to optimise development
- Insight and sharing of current tools, techniques and thinking to ensure new development and trends are adopted as part of the coaching culture and application of best practice coaching
- Coaching services provided virtually and in person at agreed locations across our organisation geography (typically the West Coast of Scotland)
- Coach/Coachee agreements, contract performance and financial reporting against the agreed contract
The Service provider must have:
- a track record of high-performance delivery to executive directors, senior managers and emerging talent
- the ability to provide flexible and tailored services to maximise benefit to the organisation
- access to a wide range of resources (coaches and coaching tools) that can be relied upon to provide a comprehensive service offering
- a clear process in place by which coaches are matched to individuals
- a clear method of coaching process including chemistry meetings and establishing a coaching contract that is agreed between the coach, individual being coached and the line manager
- high professional integrity in relation to coaching experience
Pricing shall be fixed for the first 2 years following which price variations shall be limited to a maximum of CPI.
Those suppliers passing the SPD stage may be required to make a presentation of their Tender submission. Although the presentation is not scored it will be used to clarify offers and could result in scores changing as a result of the clarification provided.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The term of contract will be for a period of two (2) years with the option to extend for up to a further two (2) years in 12-month increments.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
The Procurement will be conducted through the use of the Competitive Procedure with Negotiation. All queries about this procurement must be made via the PCS-T messaging system.
The process we will apply is:
Statements including the specific requirements can be found within Section III.1.3 of the Contract Notice.
Bidders must pass the minimum standards sections of the SPD(Scotland).
Part III and Section B of Part IV will be scored on a pass/fail basis, and section C of part IV of the SPD(Scotland) will be scored in the following way:
Questions 4C 1.2 of the SPD will be scored using the following 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.
The responses to the questions at Section III.1.3 of the Contract Notice will be weighted in the following way. Please see SPD(Scotland) Question 4C.1.2: 100%.
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
two.2.14) Additional information
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 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
Minimum level(s) of standards required:
Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below:
NB. Ratios shall be based upon the latest available 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
The Bidder should provide its average yearly turnover for the past three (3) of years
Minimum level(s) of standards possibly required
Economic Operators must confirm they already have or can commit to obtain,
prior to the commencement the following levels of insurance:
Employer’s Liability Insurance = GBP 5 Million
Professional Indemnity Insurance = GBP 5 Million
three.1.3) Technical and professional ability
List and brief description of selection criteria
Please evidence if you have worked with similar type industries (100%)
In relation to the outlined description, bidders are required to describe and demonstrate past experiences (in the last 3 years) in delivering similar service and relevance to DML HR. You should include values of these Contracts. Bidders should note the weighting for this question (Weighting 100%) therefore please ensure bidders provide as much detail as possible.
Details of the customer organisation for whom the work was carried out, please supply email address as DLM HR may contact this Company for references
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Suppliers and their sub-contractors are required to pay the Scottish Living Wage to their employees where involved in the delivery of this contract.
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
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
9 July 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
30 July 2021
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
Duration in months: 3 (from the date stated for receipt of tender)
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
DML HR 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 DML HR's sole discretion.
DML HR 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;
DML HR 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 DML HR 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. DML HR 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 Coaching capability.
Award criteria scoring will be the following:
0 Unacceptable; 25 Poor; 50 Acceptable; 75 Good; 100 Excellent. Full definitions of the scoring are provided in the ITT.
Bidders should note that DML HR intends to ask relevant 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.
The buyer reserves the right to fully validate a Tender response following the first submission of Tenders and before Contract award.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 18724. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:655255)
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court
Sheriff Court House, 1 Nelson Street
Greenock
PA15 1TR
Telephone
+44 01475787073
Fax
+44 01475720965
Country
United Kingdom