Tender

Temporary Crewing Framework

  • Scottish Government

F02: Contract notice

Notice identifier: 2025/S 000-037331

Procurement identifier (OCID): ocds-h6vhtk-0558dc

Published 4 July 2025, 10:34am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

Email

campbell.forsyth2@gov.scot

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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

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

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

www.publictendersscotland.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 / 788769

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

Scottish Ministers, acting through Marine Scotland, is seeking to establish a multi-supplier framework for the provision of a Temporary Crewing Framework.

two.1.5) Estimated total value

Value excluding VAT: £7,700,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79620000 - Supply services of personnel including temporary staff

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Scottish Ministers, acting through Marine Scotland, is seeking to establish a multi-supplier framework for the provision of temporary Crewing. This framework will be awarded to a maximum of 2 contractors. The framework will be ranked and it remains appropriate to have a second ranked contractor to minimise any disruption to the crewing requirements.

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 Managment / Weighting: 15

Quality criterion - Name: Climate Emergency / Weighting: 5

Quality criterion - Name: Community Benefits / Weighting: 2.5

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

Quality criterion - Name: Business Continuity & Disaster Recovery / Weighting: 2.5

Price - Weighting: 40

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The contract may be extended by a further 12 months

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

Bidders must be Maritime & Coastguard Certified (MLC Certificate of Conformity). A copy of the certificate will be required with the bid.

three.1.2) Economic and financial standing

List and brief description of selection criteria

4B.4 - Financial Ratios

4B.5.1a/b and 4B.5.2 - Insurance

Minimum level(s) of standards possibly required

4B.4 - Bidders must demonstrate a Current Ratio of not less than 1.1

Current Ratio will be calculated as follows:

Total Current Assets divided by Total current liabilities.

There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.

4B.5.1 - 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 and levels of insurance indicated below:

4B.5.1b - Employer’s (Compulsory) Liability Insurance In accordance with the legal obligation for the time being enforced.

4B.5.2 - Public Liability Insurance (including Abuse Liability) in the value of not less than 5,000,000 GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1.2 - Relevant Experience

4C.2.1 - Details of Technicians / Technical Bodies

4C.4 - Supply Chain Management/Tracking Systems Used

4C.7 - Environmental Management

4C.10 - Proportion (%) to be Sub-Contracted

4D.1 - Quality Management Procedures

Minimum level(s) of standards possibly required

C.1.2 - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies within the past three years.

4C.1.1 - Maritime & Coastguard Agency Certified (MLC Certificate of Conformity). Copy of certificate required

4C.4 - If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a. their standard payment terms

b. ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.

Note:

Accepted evidence includes but is not limited to:

- extract of terms & conditions detailing standard payment terms

- a summarised accounts payable report showing payment on time performance

- credit report

4C.7 - Bidders are required to provide details of the environmental management measures which will be available when performing the contract:

4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

4D.1 - Bidders must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).


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

4 August 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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

4 August 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: This is an ongoing requirement with further notices expected prior to the expiry of the contract. i.e. 32-45 months (subject to contract extension).

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

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.

Single Procurement Document will be scored on a pass/fail basis.

Award Criteria Questions can be found in the ITT together with the weightings.

Question scoring methodology for award criteria outlined in Invitation to Tender.

Bidders must complete the SPD (Scotland) to demonstrate adherence to the exclusion and selection criteria for this procurement.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29611. 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

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Examples of Community Benefit categories could be:

- targeted employment support, recruitment and work-related training for priority groups within the community (for example long-term unemployed and young people) as part of your proposed workforce for this project;

- support for existing Charity and Third Sector Organisations that deliver benefits to the communities

- use of SMEs or supported businesses as part of your supply chain

- up-skilling the existing workforce;

- equality and diversity initiatives;

- educational support initiatives.

Note: This list is not exhaustive.

(SC Ref:803386)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom