Notice Information
Notice Title
Northern Isles Ferry Services
Notice Description
Provision of public services in relation to Northern Isles Ferry Services to or from harbours located at Aberdeen, Kirkwall, Lerwick, Scrabster and Stromness. The services shall comprise of five vessels (3 RoPax passenger vessels and 2 RoRo freighters) to deliver the Ferry Services. Further information on Transport Scotland can be accessed through the Transport Scotland website at: www.transportscotland.gov.uk
Lot Information
Lot 1
Scottish Ministers have executed a new contract for the provision of the Ferry Services in relation to the operation of passenger, vehicle and freight services in the Northern Isles. This will replace the existing public services contract which was extended to 30 June 2020. The Contract will require a mobilisation period prior to operation of replacement services in 30 June 2020 . The duration of the Contract will be for a maximum of 8 years (6 years + 2 years). The Principal Service is a subsidy for the Northern Isles Ferry Services for foot passengers, freight and vehicles. The services will comprise of five vessels (3 RoPax passenger vessels and 2 RoRo freighters) to deliver the Ferry Services. The 5 existing vessels are available on equal commercial terms to participants under a Bareboat Charterparty arrangement. The Scottish Ministers may seek to introduce additional tonnage on the routes and/or additional routes within the geographic area of the Northern Isles, during the period of Contract, to provide additional capacity dependent on future service demand.. 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.
Options: Introduction of additional tonnage and/or additional routes
Renewal: The Contract shall commence 31 October 2019 (14:01 hrs). The Contract has a maximum period of 8 years (6+2). The contract shall incorporate a review consisting of a base case recalculation before the end of year 6. If there is a positive outcome to the review, the Contract can continue for the final 2 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000548727
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386062
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
60 - Transport services (excl. Waste transport)
-
- CPV Codes
60600000 - Water transport services
Notice Value(s)
- Tender Value
- £370,000,000 £100M-£1B
- Lots Value
- £370,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £349,564,798 £100M-£1B
Notice Dates
- Publication Date
- 30 Apr 20205 years ago
- Submission Deadline
- 25 Oct 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 22 Apr 20205 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT SCOTLAND
- Contact Name
- Liam Middleton, Paul Linhart-MacAskill
- Contact Email
- nifs@transport.gov.scot, paul.linhart-macaskill@transport.gov.scot
- Contact Phone
- +44 1312440845, +44 1412727100
Buyer Location
- Locality
- GLASGOW
- Postcode
- G4 0HF
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM50 Aberdeen City and Aberdeenshire, TLM6 Highlands and Islands, TLM65 Orkney Islands, TLM66 Shetland Islands
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP332440&idx=7
18th October 2018 - Circular Advice Notice 4 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP332440&idx=6
11th October 2018 - Circular Advice Notice 3 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP332440&idx=5
10th October 2018 - Circular Advice Notice 2 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP332440&idx=4
9th October 2018 - Circular Advice Notice 1 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP332440&idx=1
27th September 2018 - NIFS - Financial Scoring Mechanism for ESPD -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP332440&idx=2
27th September 2018 - NIFS Pre-Tender Information -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP332440&idx=3
27th September 2018 - NIFS ESPD -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP332440
Northern Isles Ferry Services - Provision of public services in relation to Northern Isles Ferry Services to or from harbours located at Aberdeen, Kirkwall, Lerwick, Scrabster and Stromness. The services shall comprise of five vessels (3 RoPax passenger vessels and 2 RoRo freighters) to deliver the Ferry Services. Details will be set out in a vessel specification to be included in the Invitation to Tender. Pre-tender information is attached to this notice. Further information on Transport Scotland can be accessed through the Transport Scotland website at: www.transportscotland.gov.uk -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386062
Northern Isles Ferry Services - Provision of public services in relation to Northern Isles Ferry Services to or from harbours located at Aberdeen, Kirkwall, Lerwick, Scrabster and Stromness. The services shall comprise of five vessels (3 RoPax passenger vessels and 2 RoRo freighters) to deliver the Ferry Services. Further information on Transport Scotland can be accessed through the Transport Scotland website at: www.transportscotland.gov.uk
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000548727-2020-04-30T00:00:00Z",
"date": "2020-04-30T00:00:00Z",
"ocid": "ocds-r6ebe6-0000548727",
"initiationType": "tender",
"parties": [
{
"id": "org-15",
"name": "Transport Scotland",
"identifier": {
"legalName": "Transport Scotland"
},
"address": {
"streetAddress": "Buchanan House, 58 Port Dundas Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0HF"
},
"contactPoint": {
"name": "Liam Middleton",
"email": "NIFS@transport.gov.scot",
"telephone": "+44 1412727100",
"url": "https://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "National or federal agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "Transport",
"scheme": "COFOG"
}
],
"url": "http://www.transport.gov.scot"
}
},
{
"id": "org-240",
"name": "Transport Scotland",
"identifier": {
"legalName": "Transport Scotland"
},
"address": {
"streetAddress": "Buchanan House, 58 Port Dundas Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0HF"
},
"contactPoint": {
"name": "Paul Linhart-MacAskill",
"email": "Paul.Linhart-MacAskill@transport.gov.scot",
"telephone": "+44 1312440845",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "National or federal agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "Transport",
"scheme": "COFOG"
}
],
"url": "http://www.transport.gov.scot"
}
},
{
"id": "org-241",
"name": "Serco Ltd",
"identifier": {
"legalName": "Serco Ltd"
},
"address": {
"streetAddress": "16 Bartley Wood Business Park, Bartley Way",
"locality": "Hook, Hampshire",
"region": "UK",
"postalCode": "RG27 9UY"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-68",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"locality": "Glasgow"
},
"contactPoint": {
"url": "http://www.sportscotland.org.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Transport Scotland",
"id": "org-240"
},
"tender": {
"id": "TS/AMFC/SER/2018/01",
"title": "Northern Isles Ferry Services",
"description": "Provision of public services in relation to Northern Isles Ferry Services to or from harbours located at Aberdeen, Kirkwall, Lerwick, Scrabster and Stromness. The services shall comprise of five vessels (3 RoPax passenger vessels and 2 RoRo freighters) to deliver the Ferry Services. Further information on Transport Scotland can be accessed through the Transport Scotland website at: www.transportscotland.gov.uk",
"status": "complete",
"items": [
{
"id": "1",
"deliveryLocation": {
"description": "The service will operate to and from Aberdeen, Kirkwall, and Lerwick and Scrabster -Stromness."
},
"deliveryAddresses": [
{
"region": "UKM50"
},
{
"region": "UKM6"
},
{
"region": "UKM65"
},
{
"region": "UKM66"
},
{
"region": "UKM50"
},
{
"region": "UKM6"
},
{
"region": "UKM65"
},
{
"region": "UKM66"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 370000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-10-25T12:00:00Z"
},
"documents": [
{
"id": "SEP332440",
"documentType": "contractNotice",
"title": "Northern Isles Ferry Services",
"description": "Provision of public services in relation to Northern Isles Ferry Services to or from harbours located at Aberdeen, Kirkwall, Lerwick, Scrabster and Stromness. The services shall comprise of five vessels (3 RoPax passenger vessels and 2 RoRo freighters) to deliver the Ferry Services. Details will be set out in a vessel specification to be included in the Invitation to Tender. Pre-tender information is attached to this notice. Further information on Transport Scotland can be accessed through the Transport Scotland website at: www.transportscotland.gov.uk",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP332440",
"format": "text/html"
},
{
"id": "SEP332440-1",
"title": "NIFS - Financial Scoring Mechanism for ESPD",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP332440&idx=1",
"datePublished": "2018-09-27T11:54:23Z",
"dateModified": "2018-09-27T11:54:23Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "SEP332440-2",
"title": "NIFS Pre-Tender Information",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP332440&idx=2",
"datePublished": "2018-09-27T11:54:23Z",
"dateModified": "2018-09-27T11:54:23Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "SEP332440-3",
"title": "NIFS ESPD",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP332440&idx=3",
"datePublished": "2018-09-27T11:54:23Z",
"dateModified": "2018-09-27T11:54:23Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "SEP332440-4",
"title": "Circular Advice Notice 1",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP332440&idx=4",
"datePublished": "2018-10-09T13:35:22Z",
"dateModified": "2018-10-09T13:35:22Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "SEP332440-5",
"title": "Circular Advice Notice 2",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP332440&idx=5",
"datePublished": "2018-10-10T16:16:54Z",
"dateModified": "2018-10-10T16:16:54Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "SEP332440-6",
"title": "Circular Advice Notice 3",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP332440&idx=6",
"datePublished": "2018-10-11T15:16:35Z",
"dateModified": "2018-10-11T15:16:35Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "SEP332440-7",
"title": "Circular Advice Notice 4",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP332440&idx=7",
"datePublished": "2018-10-18T09:55:45Z",
"dateModified": "2018-10-18T09:55:45Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "MAY386062",
"documentType": "awardNotice",
"title": "Northern Isles Ferry Services",
"description": "Provision of public services in relation to Northern Isles Ferry Services to or from harbours located at Aberdeen, Kirkwall, Lerwick, Scrabster and Stromness. The services shall comprise of five vessels (3 RoPax passenger vessels and 2 RoRo freighters) to deliver the Ferry Services. Further information on Transport Scotland can be accessed through the Transport Scotland website at: www.transportscotland.gov.uk",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386062",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Scottish Ministers have executed a new contract for the provision of the Ferry Services in relation to the operation of passenger, vehicle and freight services in the Northern Isles. This will replace the existing public services contract which was extended to 30 June 2020. The Contract will require a mobilisation period prior to operation of replacement services in 30 June 2020 . The duration of the Contract will be for a maximum of 8 years (6 years + 2 years). The Principal Service is a subsidy for the Northern Isles Ferry Services for foot passengers, freight and vehicles. The services will comprise of five vessels (3 RoPax passenger vessels and 2 RoRo freighters) to deliver the Ferry Services. The 5 existing vessels are available on equal commercial terms to participants under a Bareboat Charterparty arrangement. The Scottish Ministers may seek to introduce additional tonnage on the routes and/or additional routes within the geographic area of the Northern Isles, during the period of Contract, to provide additional capacity dependent on future service demand.. 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.",
"status": "complete",
"value": {
"amount": 370000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "35"
},
{
"type": "price",
"description": "65"
}
]
},
"hasOptions": true,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 2160
},
"hasRenewal": true,
"renewal": {
"description": "The Contract shall commence 31 October 2019 (14:01 hrs). The Contract has a maximum period of 8 years (6+2). The contract shall incorporate a review consisting of a base case recalculation before the end of year 6. If there is a positive outcome to the review, the Contract can continue for the final 2 years."
},
"options": {
"description": "Introduction of additional tonnage and/or additional routes"
}
}
],
"contractTerms": {
"hasElectronicPayment": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "It is Transport Scotland's policy to measure the performance of each economic operator on a regular basis. A Parent Company Guarantee may be required from the parent company (or companies) of single economic operators and from the parent company of each member of a group of economic operators. Details shall be provided in the tender documents in respect of any guarantees required. In the event that the Economic Operator's performance falls below a satisfactory level, the Economic Operator will be invited to determine a means of rectifying the situation. Repeated or continual service failures may result in suspension or termination of the contract."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2019-01-07T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Economic Operators will be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015, on the basis of information provided in response to the European Single Procurement Document (\"ESPD\")."
},
{
"type": "economic",
"description": "Economic Operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, Economic Operators shall: (a) in response to Question Ref. 4B.2.1 provide the specified annual turnover and the associated annual accounts as filed at Companies House (or equivalent if not UK registered company) for the last two years of trading, or for the period which is available if trading for lessthan two years; (b) in response to Question Ref. 4B.4 economic operators should provide the name and value of 9 (NINE) financial criteria for both of the last two years of trading, or for the period which is available if trading for less than two years. Economic operators must also insert the corresponding score for each of the 9 criteria, for both financial years, with reference to the Financial Scoring Mechanism for ESPD (which can be found as an attachment to this contract notice). Economic operators should insert the score for each ratio value x 0.67 for Year 1 values and x 0.33 for Year 2 values to form an aggregated score as explained further below. The sum of these 2 weighted scores will be the weighted score for each ratio. The maximum possible weighted score for all 9 ratios is 50 (an example submission is provided within the Financial Scoring Mechanism document); and (c) in response to Question Ref. 4B.5 confirm they already have or can commit to obtain, prior to commencement of the contract, the required levels of insurance.",
"minimum": "Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below: Evaluation Criteria Ratios (Question Ref. 4B.4) The financial information received under Question Ref. 4B.4 of the ESPD shall be evaluated by Transport Scotland also and scored out of a total weighted score of 50 by allocating a score against nine individual economic and financial standing evaluation criteria, namely: 1. Acid Test Ratio (maximum possible score 6) 2. Cash Interest Cover Ratio (maximum possible score 6) 3. Return on Capital Employed (maximum possible score 6) 4. Operating Profit Ratio (maximum possible score 6) 5. Net Worth (maximum possible score 6) 6. Gearing (maximum possible score 6) 7. Annual Contract Value (46,250,000 GBP) to Turnover (maximum possible score 6) 8. Filed Accounts (maximum possible score 2) 9. Audit Report (maximum possible score 6) The individual scores shall be weighted for Year 1 and Year 2, with the most recent financial statements (Year 1) to be weighted at 67% with year 2 being weighted at 33%, to form an aggregated score for each of the nine criteria over the 2 years. For the avoidance of doubt, the maximum cumulative score resulting from the summation of the nine economic and financial standing aggregated scores shall be 50 marks. A submission shall be marked as a FAIL and will not be considered further if the score achieved by a Single Economic Operator (or a Group of Economic Operators) is less than 25 out of 50. The scoring mechanism document has been attached to this contract notice. Where the submission has been submitted by a Group of Economic Operators, the information submitted by each Group Member will be evaluated in the proportion of the percentage shareholdings or percentage equity/interest of each Group Member and a score determined for such Group of Economic Operators on that basis. Insurance (Question Ref. 4B.5.1 and 4B.5.2) In response to Question Ref. 4B.5.1 and 4B.5.2 Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: Employer's Liability Insurance = GBP 10 Million Public Liability Insurance = GBP 10 Million Professional Indemnity Insurance = GBP 5 Million Hull & Machinery and War: MV Hrossey = GBP 28 Million, MV Hjatland = GBP 28 Million, MV Hamnavoe GBP 23 Million, Hellier EUR 11 Million, Hildisay EUR 11 Million Protection and Indemnity Liability Insurance (P&I) = USD 7 billion / Passengers and Crew (combined): USD 3 billion with a further sub-limit for passenger risks only of USD 2 billion / Oil Pollution: USD 1 billion In responding to Question Ref. 4B.5.1 and 4B.5.2 of the ESPD, where a bidder ticks the box \"No, and I cannot commit to obtain it\" the submission shall be marked as FAIL. Economic operators which alter their composition after making a submission will be the subject of re-evaluation. The Scottish Ministers reserve the right not to conclude any contract as a result of the procurement process initiated by this notice and to make whatever changes the Scottish Minsters deem appropriate to the content, process, timing and structure of the procurement process."
},
{
"type": "technical",
"description": "Economic operators shall be required to satisfy minimum standards of technical capacity or professional ability, and can be summarised as: (a) evidence of working on specified types of projects; (b) evidence demonstrating an acceptable level of technical or professional ability; (c) has in place quality, environmental and health and safety management systems; Answers to these questions shall be answered by Single Economic Operators and by Groups of Economic Operators (Group Members should not respond individually). In Question Ref. 4C.7 of the ESPD Economic Operators are required to evidence that they have in place appropriate quality, environmental and health and safety management systems in response to Questions C1 - C3 of this Contract Notice. Economic Operators are required to provide details of a recognised accredited system or own non-accredited system, which will ultimately be adopted if awarded the contract. A Submission may be marked as a FAIL and not considered further if: (a) the response to question A1 under Question Ref 4C.1.2 is a fail, in that the economic operator cannot confirm it has provided, within the last 3 years, maritime passenger transport services involving maritime cabotage as defined in Council Regulation (EC) No 3577/92. (b) the response provided to question B1. under Question Ref. 4C.1.2, in Part IV of the ESPD, neither achieves the minimum standards of eligibility or fails to demonstrate an acceptable level of technical or professional ability (a score of 2 'Acceptable); and/or (c) the response provided under Question Ref. 4C.7 in Part IV of the ESPD, does not detail a quality, environmental and health and safety management systems in use.",
"minimum": "Technical or Professional Ability (Question Ref. 4C.1.2,) Economic Operators who fail to satisfy these minimum standards (either they answer 'No' or fail to provide an 'Acceptable' answer and score of 2 for Question B1) shall be excluded from the procurement competition. The total score for Questions B1-B4 shall be calculated by multiplying the score awarded (expressed as a percentage of the available maximum score of 4) by the question weighting. The sum of all question weightings shall be candidates' total weighted score. The responses provided in response to Questions B1 -B4 shall be evaluated using the following scoring mechanism: 0 = Unacceptable Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 = 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. 2 = Acceptable Response is relevant and acceptable. The response demonstrated 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. 3 = Good Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability. 4 = Excellent Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrated thorough experience, knowledge or skills/capacity/capability. A submission shall be marked as a FAIL and will not be considered further is the score achieved for question B1 is less than 2 'Acceptable'. A1. Within the last three years have you provided maritime passenger transport services involving maritime cabotage as defined in Council Regulation (EC) No 3577/92? B1 Providing the Requirement - Provide details and examples of experience in providing a ferry service (including but not limited to the transport of passengers, cars, coaches, accompanied/ unaccompanied trailers and containers, freight, plant, livestock containers, hazardous cargoes and time sensitive freight). Details provided to include route/service details, length service has been operating, yearly return, carryings. (40% weighting) B2 Working with key stakeholders - Provide details and examples of the approach taken in your experience of working with, managing and interfacing with, key stakeholders during services to ensure that the rights, interests and requirements of all parties are protected and delivered. (30% weighting) B3. Environment - Provide details and examples of the approach taken, in your experience, to minimise and mitigate the impact on the environment, local community. (15% weighting) B4. Training and Recruitment - Provide details and examples of the approach taken, in your experience, to training, recruitment and staff welfare. (15% weighting) Quality, environmental and health and safety management systems (Question ref. 4C.7). For the avoidance of doubt, respondents should answer C1, C2 and C3 in ESPD Question ref. 4C.7. The responses provided in response to Questions C1 - C3 below shall be assessed on the basis of PASS or FAIL. Single Economic Operators or Group of Economic Operators who have no system in use will not be considered for this contract. C1. Identify and provide details of the quality management system in use by the Single Economic Operator or Group of Economic Operators. C2. Identify and provide details of the environmental management system in use by the Single Economic Operator or Group of Economic Operators. C3. Identify and provide details of the health and safety management system in use by the Single Economic Operator or Group of Economic Operators."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 270
}
},
"classification": {
"id": "60600000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Transport Scotland has concluded a procurement process for this Contract on behalf of the Scottish Ministers. Transport Scotland and the Scottish Ministers shall have no liability for any costs incurred by those participating in the procurement competition. Economic operators should be aware that all information submitted to the Scottish Ministers may need to be disclosed and / or published by the Scottish Ministers in compliance with the Freedom of Information (Scotland) Act 2002 The contract value may increase should additional tonnage and/or additional routes be introduced during the contract period in order to meet future service needs. For questions in relation to this Contract Notice please contact Paul.Linhart-MacAskill@transport.gov.scot (SC Ref:620530)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000548727"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000548727"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "TS/AMFC/SER/2018/01",
"suppliers": [
{
"id": "org-241",
"name": "Serco Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "TS/AMFC/SER/2018/01",
"awardID": "TS/AMFC/SER/2018/01",
"status": "active",
"value": {
"amount": 349564798,
"currency": "GBP"
},
"dateSigned": "2020-04-22T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 187-422810"
}
],
"bids": {
"statistics": [
{
"id": "533",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "534",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "535",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "536",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "537",
"measure": "electronicBids",
"value": 0,
"relatedLot": "1"
}
]
}
}