Awarded contract

HUMAN CAPITAL MANAGEMENT SYSTEM

  • David MacBrayne Limited

F03: Contract award notice

Notice reference: 2021/S 000-012910

Published 9 June 2021, 11:45am



Section one: Contracting authority

one.1) Name and addresses

David MacBrayne Limited

Ferry Terminal

Gourock

PA19 1QP

Contact

Denis Lyden

Email

denis.lyden@calmac.co.uk

Telephone

+44 7816094069

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.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Ferry Operator, Transport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

HUMAN CAPITAL MANAGEMENT SYSTEM

two.1.2) Main CPV code

  • 72262000 - Software development services

two.1.3) Type of contract

Services

two.1.4) Short description

David MacBrayne Limited (DML) require the provision of a modern, cloud based, commercial, off the shelf and market-proven Human Capital Management (HCM) solution, incorporating HR, Payroll, Learning and Development, and Workforce Management functionality.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £676,195

two.2) Description

two.2.2) Additional CPV code(s)

  • 72262000 - Software development services
  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

David MacBrayne Limited (DML) is the parent company of two major subsidiary businesses CalMac Ferries Ltd and Solent Gateway Ltd. The group also has two human resource subsidiaries which support the business, David MacBrayne HR (UK) Ltd and Caledonian MacBrayne Crewing (Guernsey) Ltd.

DML's Minimum Requirement is for a modern, cloud based, commercial, off the shelf and market-proven Human Capital Management (HCM) solution, incorporating HR, Payroll, Learning and Development, and Workforce Management functionality. End of Minimum Requirement.

The HCM solution may be delivered either by a single provider, or a consortium. All components of the solution must interface with one another.

Central to DML's requirement is software which:

- Will provide Self Service functionality for employees of DML Group companies & back office functionality for the following areas: Human Resources;Learning/ Training Management; Rostering (Workforce Management); and Payroll.

- Will make the creation and management of employees’ rosters easier and more efficient.

- Will enable operational efficiencies in the HR, Payroll, Crewing and Learning & Development teams.

- Requires zero development effort to satisfy DML's required outcomes.

- Can be supported through implementation services including configuration, training and business change.

- Can be implemented in collaboration with DML to achieve go-live within 12 months or less, following contract award. Note that suppliers will be expected to collaborate with DML to determine an effective implementation approach during procurement

The contract for this service will be let for an initial three-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 DML's option. In advance of each renewal, DML may elect not to renew at 6 months’ notice. The total contract duration is up to seven years.

DML will contract with the most economically advantageous bidder.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

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.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 133-328099


Section five. Award of contract

Contract No

CSDM20-001

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 April 2021

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

MHR International UK Limited

Ruddington Hall, Loughborough Road

Nottingham

NG11 6LL

Telephone

+44 7557136145

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £676,195


Section six. Complementary information

six.3) Additional information

(SC Ref:656712)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

1 Nelson Street

Greenock

PA15 1TR

Email

greenock@scotcourts.gov.uk

Telephone

+44 1475787073

Country

United Kingdom