Tender

Framework Agreement for the Provision of Temporary Seagoing Staff

  • CalMac Ferries Limited

F02: Contract notice

Notice identifier: 2025/S 000-018388

Procurement identifier (OCID): ocds-h6vhtk-050b4e

Published 1 May 2025, 12:31pm



Section one: Contracting authority

one.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

Contact

RMB Ruairidh M. Black

Email

ruairidh.black@calmac.co.uk

Telephone

+44 7974884681

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.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

Ferry Operator


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework Agreement for the Provision of Temporary Seagoing Staff

Reference number

CSHR25-474

two.1.2) Main CPV code

  • 79600000 - Recruitment services

two.1.3) Type of contract

Services

two.1.4) Short description

DMHR has the requirement to establish a Framework with a maximum of three suitably experienced and qualified suppliers for the provision of temporary seagoing staff.

two.1.5) Estimated total value

Value excluding VAT: £5,936,535.91

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

David MacBrayne HR (UK) Ltd has the requirement to establish a Framework with a maximum of three suitably experienced and qualified suppliers for the provision of temporary seagoing staff.

two.2.5) Award criteria

Quality criterion - Name: Technical / Quality / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £5,936,535

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

After the initial term of 3 years there may be the option to extend by up to an additional 24 months which may be split into smaller period.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

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

Employer’s Liability Insurance = GBP 5 Million

Public Liability Insurance = GBP 5 Million

Professional Indemnity Insurance = GBP 5 Million

The Economic Operator should purchase any other insurance cover as necessary, taking into account the terms and conditions of this

contract.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 3

In the case of framework agreements, provide justification for any duration exceeding 4 years:

This Framework is of strategic importance to David MacBrayne HR (UK) Ltd, therefor the maximum Term is 5 years.

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

2 June 2025

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

16 June 2025

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

Tender must be valid until: 31 December 2025


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Upon completion of all applicable Terms this Framework will be re-tendered.

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

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 6619. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

Due to the nature of this Agreement community benefits will be realised through presenting temporary employment opportunities.

(SC Ref:797695)

six.4) Procedures for review

six.4.1) Review body

Greenock Sherift Court

1 Nelson Street

Greenock

PA15 1TR

Country

United Kingdom