Tender

Framework Agreement for the Provision of Maritime E-Learning Services

  • CalMac Ferries Limited

F02: Contract notice

Notice identifier: 2025/S 000-029026

Procurement identifier (OCID): ocds-h6vhtk-052a50

Published 2 June 2025, 10:22am



Section one: Contracting authority

one.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

Contact

Garth Stokes

Email

garth.stokes@calmac.co.uk

Telephone

+44 1475650232

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.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 Maritime E-Learning Services

Reference number

CSHR25-475

two.1.2) Main CPV code

  • 80420000 - E-learning services

two.1.3) Type of contract

Services

two.1.4) Short description

David MacBrayne HR (UK) Ltd (DMLHR) is seeking to award a Framework Agreement to a single Supplier for subscription based comprehensive, industry-compliant maritime e-learning courses for its seafarers and port staff. The successful provider will supply a range of essential maritime training courses, accessible via an online platform that enhance the safety, health, and professional competence of the seafarers and port staff working with DMLHR.

In addition, services related to bespoke course content design and development are sought within the Agreement.

two.1.5) Estimated total value

Value excluding VAT: £422,880

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80420000 - E-learning services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

David MacBrayne HR (UK) Ltd (DMLHR) is seeking to award a Framework Agreement to a single Supplier for subscription based comprehensive, industry-compliant maritime e-learning courses for its seafarers and port staff. The successful provider will supply a range of essential maritime training courses, accessible via an online platform that enhance the safety, health, and professional competence of the seafarers and port staff working with DMLHR.

In addition, services related to bespoke course content design and development are sought within the Agreement.

two.2.5) Award criteria

Quality criterion - Name: Technical & Quality / Weighting: 50

Price - Weighting: 50

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

The initial term of this Agreement will run for 24 months. There will then be the option to extend by up to an additional three 12 month periods.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

All E-Learning courses should be up-to-date and aligned with current maritime regulations and best practices.

The providers Learning Management System (LMS) must be delivered either as a single-tenant or multi-tenant SaaS solution. The System including all customer data should reside within either the United Kingdom or other countries in the European Economic Area.

Tenderers from EU countries (including England and Wales) may submit tenders based on their own equivalent national legislative standards, provided they comply fully with relevant EU Directives. The successful Tenderer must comply with any changes in relevant legislation throughout the duration of the contract.

three.1.2) Economic and financial standing

List and brief description of selection criteria

The Bidder must provide its (general) yearly turnover for the last 3 financial years.

The Bidder must provide its (specific) yearly turnover in the business area(s) covered by the contract for the last 3 financial years.

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:-

Employer's (Compulsory) Liability Insurance = 5 million GBP

Professional Risk Indemnity Insurance = 5 million GBP

Minimum level(s) of standards possibly required

Minimum annual turnover - 169,152.00 GBP

Employer's (Compulsory) Liability Insurance = 5 million GBP;

Professional Risk Indemnity Insurance = 5 million GBP

The following ratios must be confirmed based on your latest set of 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

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards in accordance with BS EN ISO 9001:2015 (or equivalent) or produce other means of proof concerning the quality assurance schemes.


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 a single operator

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.1.8) 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 July 2025

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

2 July 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: A Contract Notice will be published in May 2030.

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 ITT exercise. The Project code is 29310. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:799768)

six.4) Procedures for review

six.4.1) Review body

Greenock Sheriff Court

Greenock

PA15 1TR

Country

United Kingdom