Section one: Contracting authority
one.1) Name and addresses
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
Contact
Stuart McMaster
Telephone
+44 07977031615
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=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
Provision of Internal Audit Services
Reference number
CSFI24-509
two.1.2) Main CPV code
- 79212200 - Internal audit services
two.1.3) Type of contract
Services
two.1.4) Short description
Discussions within the David MacBrayne Group have indicated the continued need for a single Supplier who is able to provide internal audit services for the business. This will allow the business to deliver a high-quality and robust internal audit programme across all business areas to ensure compliance with business and regulatory obligations and identify any areas of non-compliance within business functions so that remedial actions can be agreed and introduced accordingly.
two.1.5) Estimated total value
Value excluding VAT: £720,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79212000 - Auditing services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
- UKM - Scotland
two.2.4) Description of the procurement
Discussions within the David MacBrayne Group have indicated the continued need for a single Supplier who is able to provide internal audit services for the business. This will allow the business to deliver a high-quality and robust internal audit programme across all business areas to ensure compliance with business and regulatory obligations and identify any areas of non-compliance within business functions so that remedial actions can be agreed and introduced accordingly.
two.2.5) Award criteria
Quality criterion - Name: Quality / Technical / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £720,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
There will be two 12-month extension options available for this agreement.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
This Procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made via the PCS-Tender messaging system.
The process to be applied will be:
- Statements including the specific requirements can be found within Section III.1.2 and III.1.3 of the Contract Notice.
- Economic Operator must pass the minimum standards sections of the SPD (Scotland).
Qualification Envelope: Part 3, Section A, B, C, D will be scored on a pass/fail basis and Part 4 Section C shall be weighted questions. If any question subject to ‘pass/fail’ scoring be scored ‘fail’ the entire submission may be set aside and take no further part in the competition.
Technical Envelope: Part 4 Section C of the SPD (Scotland) will be scored in the following way:
0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
25 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.
50 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature.
75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
100 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
The responses to the questions of Section III.1.3 of the Contract Notice will be weighted the following way:
Please see SPD (Scotland)
Question 4C Technical and Professional Ability.
CFL will take the five highest scoring bidders through and they will be invited to submit a tender.
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
It will be a mandatory requirement that the successful Supplier is able to meet the following criteria:
- Will be obligated to report to the David MacBrayne Limited Board and the Audit and Risk Committee.
- Adherence to Financial Reporting Council (FRC) Standards for Internal Auditors.
- Use of FRC’s UK Standards on Internal Controls.
- Data protection and Privacy Compliance.
- Health, Safety & Environmental Compliance (adherence to HSE regulations).
- Whistleblowing Protection & Reporting Obligations.
- Experience with risk management frameworks – COSO, ERM or ISO 31000 (risk management).
- Audit documentation and transparency requirements.
- Ability to meet audit and compliance reporting obligations.
- Experience with Regulatory Changes and Legislation Updates.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Please refer to these statements when completing section 4B of the SPD (Scotland)
Statement for 4B - Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below:
Bidders must provide their ("general") yearly turnover for the last three financial years.
Bidders must provide their ("specific") yearly turnover for the last three financial years.
Bidders must must provide appropriate financial ratio information as set out within this Contract Notice.
Bidders must confirm they have the required levels of insurance as set out within this Contract Notice.
Minimum level(s) of standards possibly required
Please note that minimum required turnover per year should be 1.44 Million GBP.
The following ratios must be confirmed based on the Bidder's 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.
Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance:
Professional Risk Indemnity: 5 Million GBP
Employer's (Compulsory) Liability: 5 Million GBP
Public Liability: 5 Million GBP
Product Liability: 5 Million GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
1. Experience (90%)
a) Using no more than three relevant examples, please detail past experience of working with organisations of a similar size and nature to David MacBrayne, with links to the maritime industry and/or mass passenger transport demonstrating the Bidder's operational expertise in this sector. (25%)
b) Using no more than three relevant examples please detail past experience of working with public sector organisations that have gone through operational transformational change and the additional challenges this may have presented and how challenges were overcome. (25%)
c) Using a past example, for each area listed below, provide details (Sector/Year/Scope/Challenges/Improvement Outcomes) where the Bidder has been required to undertake the following types of activity as part of an internal audit service (25%):
- Accounting, Finance and Corporate Governance
- Customer Service and Experience
- Commercial Services, Human Resources, Payroll
- IT (including Information Security)
- Project Governance and Change Management
- Risk Management
- Supply Chain Management
- Transport Sector Front Line Operations
d) Using past experience, please demonstrate examples (no more than three) when the Bidder had to engage with management to reach resolution on a disputed audit recommendation. Please outline the techniques and approach utilised to engagement with management to reach agreement and how this was brought forward to ensure recommendation timescales were adhered to. (25%)
2. Qualifications (10%)
Bidders are required to provide details of relevant educational and professional qualifications are held by the service provider and managerial staff. These could include the following:
- BSc Level Degree Qualification
- Advanced Degree (MBA/Accounting/Risk Management)
- Certified Internal Auditor (CIA)
- ISO 9001 Lead Auditor (IRCA)
- Chartered Accountant (CA)
- Six Sigma
- Chartered Internal Auditor (CMIIA)
- Registered Internal Auditor (RIA)
- IPPF
- PSIAS
a) Please detail the educational and professional qualifications that are held by:
The service provider or the contractor. (50%)
b) Please detail the educational and professional qualifications that are held by:
Managerial Staff. (50%)
3. Environmental Management (0%)
Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards in accordance with BS EN ISO 14001:2015 (or equivalent) or produce other means of proof concerning required environmental management systems or standards.
Please provide details of the environmental management measures which the Bidder will be able to use when performing the contract.
4. Subcontracting (0%)
Please provide details of the proportion (i.e. percentage) of the contract that Bidders intend to subcontract. Please provide details of Bidder's criteria for selecting suppliers to subcontract to.
5. Quality Control (0%)
Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards with BS EN ISO 9001:2015 (or equivalent) or produce other means of proof concerning the quality assurance schemes.
Bidders will also be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the health and safety standards in accordance ISO 45001 : 2018 Occupational Health and Safety Management System (or equivalent) or produce other means of proof concerning the health and safety standards
Can the bidder provide the required certificates drawn up by a UCAS accredited quality provider, attesting the conformity of services clearly identified by references to the technical specifications or standards, which are set out in the relevant Contract Notice?
Minimum level(s) of standards possibly required
Qualification Envelope: Part 3, Section A, B, C, D will be scored on a pass/fail basis and Part 4 Section C will be scored in line with the weighting shown above for all questions. If any question subject to ‘pass/fail’ scoring be scored ‘fail’ the entire submission may be set aside and take no further part in the competition.
Questions one to five will be scored using the below methodology:
Questions in the ITT will be scored using the following methodology:
100- Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
50 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature.
25 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.
0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
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
Restricted 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
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
16 January 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
24 January 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
Duration in months: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: December 2028
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
CFL's Conditions of Contract will be published with the ITT document.
Economic Operators should note that the conditions of the procurement include (but are not limited to) the following:
-The eligibility requirements in this Contract Notice will apply to the procurement at all times. Economic Operators may be excluded from this competition if the Economic Operator no longer meets the selection criteria set out in the Contract Notice at any stage during the competition and/or there is a change in identity, control, financial standing or other factor impacting on the selection process affecting the Economic Operator;
-CFL is subject to the requirements of the Freedom of Information (Scotland) Act 2002 and the Environmental Information (Scotland) Regulations 2004. Accordingly, all information submitted to CFL may need to be disclosed and/or published by it in response to a request under FOISA or the EIRs; and
-Economic Operators will remain responsible for all costs and expenses incurred by them in connection. CFL will not be liable to reimburse or compensate any costs incurred in connection with an Economic Operator’s participation in this competition, including any
costs or other liability in respect of the cancellation of the process.
The award criteria questions and weightings will be published in the ITT. Bidders will be expected to demonstrate capability.
CFL reserves the right not to award a contract pursuant to this procurement and to cancel the procurement at any point without liability.
Bidders should note that CFL intends to ask questions at the ITT stage, these questions form a small part within a broader question base.
These ITT questions shall be grouped as either belonging to mandatory Pass/Fail type questions or questions which shall be scored and weighted.
Where a supplier has been assessed to have failed a Pass/Fail question their tender submission shall be deemed non-compliant and excluded from that point forward within the ITT process.
Questions in the ITT will be scored using the following methodology:
100- Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or
skills/capacity/capability relevant to providing similar services to similar clients.
50 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and
skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar
nature.
25 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.
0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
Award Criteria questions can be found in the ITT together with the weightings.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 28245. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:785369)
six.4) Procedures for review
six.4.1) Review body
Scottish Courts and Tribunals Services
Sherriff Court House
Greenock
PA15 1TR
Country
United Kingdom