Notice Information
Notice Title
STCW MANILLA UPDATING TRAINING
Notice Description
Due to on-going updating training requirements David MacBrayne HR (UK) Ltd (DMLHR) requires a Supplier to provide the following STCW Updating Training; Personal Survival Techniques (PST) STCW code (Table A-VI/1-1) Fire Prevention and Fire Fighting (FP&FF) STCW code (Table A-VI/1-2) Proficiency in Survival Craft and Rescue Boats other than Fast Rescue Boats (PSC&RB) STCW code (Table A-VI/2-1) Proficiency in Fast Rescue Boats (PFRB) STCW code (TableA-VI/2-2) Advanced Fire Fighting (AFF) STCW code (Table A-VI/3) Due to the logistics involved, with most of our crew residing in the Clyde and North / Western Isles area in Scotland, the successful supplier should provide the training at our preferred geographical location (Glasgow and surrounding area), close to all major transportation routes.
Lot Information
Lot 1
David MacBrayne HR(UK)Ltd, a subsidiary of David MacBrayne Ltd, is seeking to enter into a contractual agreement with a suitably qualified and experienced Contractor to provide STCW Manilla Updating Training Courses. Due to the logistics involved, with most of our crew residing in the Clyde and North / Western Isles area in Scotland, the successful supplier should provide the training at our preferred geographical location (Glasgow and surrounding area), close to all major transportation routes. Training Courses required are as follows; Personal Survival Techniques - (PST) STCW code (Table A-VI/1-1) Fire Prevention and Fire Fighting - (FP&FF) STCW code (Table A-VI/1-2) Proficiency in Survival Craft and Rescue Boats other than fast rescue boats - (PSC&RB) STCW code (Table A-VI/2-1 Proficiency in Fast Rescue Boats - (PFRB) STCW code (Table A-VI/2-2) Advanced Fire Fighting - (AFF) STCW code (Table A-VI/3)
Options: The contract will be for a period of 2 years with the option to extend for a further 3 x 12 month periods
Renewal: Option to extend for up to a further 3 years which may be split into 3 x 12 month extensions and is subject to need and supplier performance
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000617807
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386651
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
80 - Education and training services
-
- CPV Codes
80500000 - Training services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 12 May 20205 years ago
- Submission Deadline
- 11 Jun 2020Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CALMAC FERRIES LIMITED
- Contact Name
- Nicholas Donnelly
- Contact Email
- nicholas.donnelly@calmac.co.uk
- Contact Phone
- +44 1475650321
Buyer Location
- Locality
- GOUROCK
- Postcode
- PA19 1QP
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Inverclyde
- Electoral Ward
- Inverclyde West
- Westminster Constituency
- Inverclyde and Renfrewshire West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386651
STCW MANILLA UPDATING TRAINING - Due to on-going updating training requirements David MacBrayne HR (UK) Ltd (DMLHR) requires a Supplier to provide the following STCW Updating Training; Personal Survival Techniques (PST) STCW code (Table A-VI/1-1) Fire Prevention and Fire Fighting (FP&FF) STCW code (Table A-VI/1-2) Proficiency in Survival Craft and Rescue Boats other than Fast Rescue Boats (PSC&RB) STCW code (Table A-VI/2-1) Proficiency in Fast Rescue Boats (PFRB) STCW code (TableA-VI/2-2) Advanced Fire Fighting (AFF) STCW code (Table A-VI/3) Due to the logistics involved, with most of our crew residing in the Clyde and North / Western Isles area in Scotland, the successful supplier should provide the training at our preferred geographical location (Glasgow and surrounding area), close to all major transportation routes.
Notice URLs
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-r6ebe6-0000617807-2020-05-12T00:00:00Z",
"date": "2020-05-12T00:00:00Z",
"ocid": "ocds-r6ebe6-0000617807",
"initiationType": "tender",
"parties": [
{
"id": "org-22",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP"
},
"contactPoint": {
"name": "Nicholas Donnelly",
"email": "nicholas.donnelly@calmac.co.uk",
"telephone": "+44 1475650321",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Operator, Transport",
"scheme": "COFOG"
},
{
"id": "Ferry Operator",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Operator",
"scheme": "COFOG"
},
{
"id": "Ferry Company",
"scheme": "COFOG"
}
],
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-23",
"name": "Sheriff Court House",
"identifier": {
"legalName": "Sheriff Court House"
},
"address": {
"streetAddress": "1 Nelson Street",
"locality": "Greenock",
"postalCode": "PA15 1TR"
},
"contactPoint": {
"email": "greenock@scotcourts.gov.uk",
"telephone": "+44 1475787073",
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "CalMac Ferries Limited",
"id": "org-22"
},
"tender": {
"id": "ocds-r6ebe6-0000617807",
"title": "STCW MANILLA UPDATING TRAINING",
"description": "Due to on-going updating training requirements David MacBrayne HR (UK) Ltd (DMLHR) requires a Supplier to provide the following STCW Updating Training; Personal Survival Techniques (PST) STCW code (Table A-VI/1-1) Fire Prevention and Fire Fighting (FP&FF) STCW code (Table A-VI/1-2) Proficiency in Survival Craft and Rescue Boats other than Fast Rescue Boats (PSC&RB) STCW code (Table A-VI/2-1) Proficiency in Fast Rescue Boats (PFRB) STCW code (TableA-VI/2-2) Advanced Fire Fighting (AFF) STCW code (Table A-VI/3) Due to the logistics involved, with most of our crew residing in the Clyde and North / Western Isles area in Scotland, the successful supplier should provide the training at our preferred geographical location (Glasgow and surrounding area), close to all major transportation routes.",
"status": "active",
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-06-11T12:00:00Z"
},
"documents": [
{
"id": "MAY386651",
"documentType": "contractNotice",
"title": "STCW MANILLA UPDATING TRAINING",
"description": "Due to on-going updating training requirements David MacBrayne HR (UK) Ltd (DMLHR) requires a Supplier to provide the following STCW Updating Training; Personal Survival Techniques (PST) STCW code (Table A-VI/1-1) Fire Prevention and Fire Fighting (FP&FF) STCW code (Table A-VI/1-2) Proficiency in Survival Craft and Rescue Boats other than Fast Rescue Boats (PSC&RB) STCW code (Table A-VI/2-1) Proficiency in Fast Rescue Boats (PFRB) STCW code (TableA-VI/2-2) Advanced Fire Fighting (AFF) STCW code (Table A-VI/3) Due to the logistics involved, with most of our crew residing in the Clyde and North / Western Isles area in Scotland, the successful supplier should provide the training at our preferred geographical location (Glasgow and surrounding area), close to all major transportation routes.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386651",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "David MacBrayne HR(UK)Ltd, a subsidiary of David MacBrayne Ltd, is seeking to enter into a contractual agreement with a suitably qualified and experienced Contractor to provide STCW Manilla Updating Training Courses. Due to the logistics involved, with most of our crew residing in the Clyde and North / Western Isles area in Scotland, the successful supplier should provide the training at our preferred geographical location (Glasgow and surrounding area), close to all major transportation routes. Training Courses required are as follows; Personal Survival Techniques - (PST) STCW code (Table A-VI/1-1) Fire Prevention and Fire Fighting - (FP&FF) STCW code (Table A-VI/1-2) Proficiency in Survival Craft and Rescue Boats other than fast rescue boats - (PSC&RB) STCW code (Table A-VI/2-1 Proficiency in Fast Rescue Boats - (PFRB) STCW code (Table A-VI/2-2) Advanced Fire Fighting - (AFF) STCW code (Table A-VI/3)",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"description": "60%"
},
{
"type": "price",
"description": "40%"
}
]
},
"options": {
"description": "The contract will be for a period of 2 years with the option to extend for a further 3 x 12 month periods"
},
"hasOptions": true,
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 3
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for up to a further 3 years which may be split into 3 x 12 month extensions and is subject to need and supplier performance"
}
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true,
"invitationDate": "2020-06-25T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to these statements when completing section 4B of the ESPD (Scotland) Statement for 4B Bidders must demonstrate a Return on Capital Employed at a ratio of greater than Zero. Ratio will be calculated as follows; Net profit after Tax divided by Net Assets (Total assets less Current Liabilities) Bidders must demonstrate a Current Ratio of greater than 1. Current Ratio will be calculated as follows; Net Current Assets divided by Net Current Liabilities There must be no qualification or contra-indication from any evidence provided in support of the bidder's economic and financial standing Statement for 4B1.1 Bidders must provide their (\"general\") yearly turnover for the last 3 financial years. Statement for 4B5.1-3 It is a requirement for this contract that bidders hold or 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 Public Liability Insurance = 5 Million GBP Professional Indemnity Insurance = 5 Million GBP"
},
{
"type": "technical",
"description": "Q4C1.2 of the ESPD (Weighting 60%) - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the training as described in part II.2.4 of the OJEU Contract Notice. Examples should be from the last 3 years and be per course as follows; -Personal Survival Techniques - 20% -Fire Prevention and Fire Fighting - 20% -Proficiency in Survival Craft and Rescue Boats other than fast rescue - 20% -Proficiency in Fast Rescue Boats - 20% -Advanced Fire Fighting - 20% Q4C.6 of the ESPD (Weighting 30%) The Following educational and professional qualifications are held by the service provider - Bidders will be required to produce appropriate proof that they and /or the service provider hold MCA or equivalent accreditation to provide STCW Manilla Updating Training Details should be provided per course as follows; - Personal Survival Techniques - 20% - Fire Prevention and Fire Fighting - 20% - Proficiency in Survival Craft and Rescue Boats other than fast rescue - 20% - Proficiency in Fast Rescue Boats - 20% - Advanced Fire Fighting - 20% Q4C.10 of the ESPD (Weighting 10%) - Bidders are required to provide details of the proportion (ie percentage) of the contract that they intend to sub-contract.Details should be provided per course as follows; -Personal Survival Techniques - 20% -Fire Prevention and Fire Fighting - 20% -Proficiency in Survival Craft and Rescue Boats other than fast rescue - 20% -Proficiency in Fast Rescue Boats - 20% -Advanced Fire Fighting - 20% Q4D.1 of the ESPD (Weighting Pass/Fail) 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 9001:2015 (or equivalent) or produce other means of proof concerning their quality assurance schemes Q4D.1 of the ESPD (Weighting Pass/Fail) Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the Health and Safety standards in accordance with BS OHSAS 18001:2007 Health and Safety Management Systems (or equivalent) or produce other means of proof concerning their Health and Safety standards Q4D.2 of the ESPD (Weighting Pass/Fail) 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 the required Environmental Management systems or standards."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1
}
},
"classification": {
"id": "80500000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Questions 4C 1.2, 4C.6 and 4C.10 of the ESPD 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 Scoring Methodology for the award criteria in the ITT will be as follows: 0 Unacceptable; 25 Poor; 50 Acceptable; 75 Good; 100 Excellent. Full definitions of the scoring are provided in the ITT. COMPETITIVE PROCEDURE WITH NEGOTIATION EXPLANATION -Competitive Procedure with Negotiation (CPN) this is a two-stage procedure run along the same lines as a Restricted procedure. This requires interested parties to complete a pre-qualification stage by submitting a European Single Procurement Document (ESPD) before being invited to submit a tender. This down selection process allows us to limit the number of parties receiving the full tender and moving forward to the negotiation phase(s). Under CPN tenders are submitted from down selected suppliers and are then subject to evaluation and negotiation and then re-submitted to finalise positions and allow selection of a preferred bidder. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 15204. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: As part of the new Clyde and Hebrides Ferry Services (CHFS) contract DMLHR are committed to helping provide opportunities for local employment including apprenticeships and working with local agencies to recruit the long term unemployed, young and mature workers. Our companies long term objectives are to bring long term economic resilience and growth and improve social exclusion through job creation around our communities. it is thought that training providers may be able to help DMLHR achieve some of these objectives by providing free training places for both unemployed seafarers and those unemployed having served time offshore in the oil and gas sector. Tenderers should outline in their tender response their proposals for this requirement (SC Ref:617807)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000617807"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}