Contract

Temporary Crewing Framework

  • Scottish Government

F03: Contract award notice

Notice identifier: 2023/S 000-014731

Procurement identifier (OCID): ocds-h6vhtk-035af3

Published 24 May 2023, 10:30am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

Marine Scotland, Marine Laboratory, 375 Victoria Road, Torry

Aberdeen

AB11 9DB

Contact

Bob McLeod

Email

bob.mcleod@gov.scot

Telephone

+44 1312442567

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.scotland.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Temporary Crewing Framework

Reference number

CASE/386783

two.1.2) Main CPV code

  • 79620000 - Supply services of personnel including temporary staff

two.1.3) Type of contract

Services

two.1.4) Short description

Marine Scotland has a requirement to set up a framework with external providers for provision of Temporary Crewing Framework.

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: £385,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 79600000 - Recruitment services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Around coastline of Scotland

two.2.4) Description of the procurement

Marine Scotland operates a fleet of three marine protection vessels (MPV Hirta, MPV Jura and MPV Minna) and two marine research vessels (MRV Scotia and MRV Alba Na Mara). We also operate a number of small inshore craft. All vessels, except Alba Na Mara and small inshore craft, are Class VII Merchant Ships engaged in unlimited trade. MRV Alba Na Mara is operated as a Class 1 Workboat and as such remains within 150 nautical miles from a safe haven in and around the Scottish coast. The smaller inshore craft are also coded under the Workboat Code The patrol vessels work three week voyages (patrols) with two crews working back to back.

The vessels of Marine Scotland are Crown assets nominally owned by Scottish Ministers and as such are “Government Ships”, reference section 308 of the 1995 Merchant Shipping Act. In addition Scottish Fisheries Cruisers and Research Ships are exempted from certain sections of Merchant Shipping Acts, including the need to carry Official Log Books and Crew Agreements. The following Orders refer: The Merchant Shipping (Registration of Scottish Fishery Cruisers, Research Ships etc.) Order, 1960 and the Merchant Shipping (Registration of Scottish Fishery Cruisers, Research Ships etc.) (Amendment) Order 1972.

A single temporary assignment on a patrol ship or small inshore craft is therefore 22 days (allowing for changeover days at each end of the patrol). However temporary assignments may vary to less or more than this to allow for essential operations. The research vessels follow a designated science programme with voyages (science cruises) varying between 2 weeks to 4 weeks (approximately), again each vessel has two crews working alternative voyages.

In order to operate the vessels safely and comply with regulations, each vessel must maintain a minimum level of staffing aboard prior to sailing. The vessels are operated by permanent Marine Scotland staff but require supplementary temporary staff to ensure business continuity. Consequently, Marine Scotland has a requirement to set up a framework with external providers for provision of Temporary Crewing Framework.

two.2.5) Award criteria

Quality criterion - Name: Understanding of Business / Weighting: 10

Quality criterion - Name: Delivery of Requirements / Weighting: 40

Quality criterion - Name: Contract Management / Weighting: 15

Quality criterion - Name: Quality Assurance & Risk Management / Weighting: 15

Quality criterion - Name: Corporate & Social Responsibilities / Weighting: 10

Quality criterion - Name: Fair Work First / Weighting: 10

Price - Weighting: 40

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 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

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: 2022/S 000-022138


Section five. Award of contract

Contract No

CASE/386783

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 November 2022

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

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

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Genesis Personnel Limited

4 Marischal Street

Peterhead

AB42 1HU

Telephone

+44 1779476311

Country

United Kingdom

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

Yes

five.2.3) Name and address of the contractor

Seamariner Limited

The Square, Fawley

Southampton

SO45 1DD

Telephone

+44 2380840374

Country

United Kingdom

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

Yes

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

Initial estimated total value of the contract/lot: £385,000

Lowest offer: £366,349.17 / Highest offer: £382,071.03 taken into consideration


Section six. Complementary information

six.3) Additional information

SPD will be scored on a pass/fail basis.

Question scoring methodology for Award Criteria outlined in Invitation to Tender.

0 - Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

1 - Poor. Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

2 - Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.

4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=538689.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:733093)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom