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
Telephone
+44 1312442567
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=AA10482
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
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
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.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: No
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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2022
End date
31 October 2025
This contract is subject to renewal
Yes
Description of renewals
An option of a further 12 months extension to 31 October 2026 will be part of the framework.
two.2.10) Information about variants
Variants will be accepted: Yes
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
List and brief description of selection criteria
This section covers questions 4B1-6 of the SPD (Scotland).
Minimum level(s) of standards possibly required
4B2a: Bidders will be required to have a minimum "specific" yearly turnover of 1,250,000 GBP for the last two years.
In the event that the Bidder does not comply with this requirement, they will not be considered any further in this tendering exercise.
As evidence for the SPD (Scotland) question 4B2a, the Procurement Officer may ask for annual accounts from the bidder.
4B5: It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below:
Employers (Compulsory) Liability Insurance = In accordance with the legal obligation for the time being enforced.
Public Liability Insurance = 5 Million GBP
4B6: Bidders must demonstrate a) Profit Margin Ratio of greater than 3%, b) Quick Ratio of greater than 100% or 1:1, c) Current Ratio of greater than 100% or 1:1 d) Debt Ratio of greater than 100% or 1:1.
Profit Margin Ratio will be calculated as follows: net income divided by net sales.
Quick Ratio will be calculated as follows: Current Assets minus Inventory minus Prepaid expenses divided by Current Liabilities.
Current Ratio will be calculated as follows: net current assets divided by net current liabilities.
Debt Ratio will be calculated as follows: Total liabilities divided by Total assets.
Please state whether you have applied IFRS15 to your accounts.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Details of facilities and equipment, measures for ensuring quality management procedures.
Minimum level(s) of standards possibly required
4C1.2: Bidders will be required to provide three examples over the last five years that demonstrate that they have the relevant experience to deliver the services/supplies as described in the Contract Notice or the relevant section of the site notice.
4C2: Bidders will be required to provide details of those individuals responsible for quality control in relation to this procurement exercise.
4C7: Bidders will be required to confirm what environmental management measures they will employ.
4C9: Bidders should provide details of relevant tools, plant or technical equipment available to you in relation to this procurement exercise.
4C10: Bidders will be required to confirm that whether they intend to subcontract and if so, for what proportion of the contract.
Quality Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
OR
2. The bidder must have the following:
A documented policy regarding quality management. The policy must set out the responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
three.2) Conditions related to the 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
Open procedure
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: 2
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
12 September 2022
Local time
12:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 September 2022
Local time
12:00pm
Place
Aberdeen
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: The framework will end in 31 October 2026.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
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.
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=703160.
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.
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Nature of framework means that is is very unlikely that there will be any sub-contracting within this framework.
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
Community benefits will occur by the very nature of this activity which is to recruit temporary marine staff. We will be encouraging staff to be chosen in locality of vessel which are based in Scotland so job opportunities will occur within Scotland.
(SC Ref:703160)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=703160
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom