Award

INTERNAL AUDIT SERVICES FOR DAVID MACBRAYNE LIMITED

CALMAC FERRIES LIMITED

This public procurement record has 2 releases in its history.

Award

23 Dec 2020 at 00:00

Tender

20 May 2020 at 00:00

Summary of the contracting process

CalMac Ferries Limited, based in Gourock, UK, is conducting a tender for "Internal Audit Services for David MacBrayne Limited". This procurement process, classified under the services category, is currently in the Award stage, having been completed with the contract value set at approximately £254,420. The tender was initiated on 23rd December 2020, following a selective procurement method which included a competitive procedure with negotiation. The internal audit services are expected to support the David MacBrayne Group across multiple locations, including Gourock and offshore crewing companies in Guernsey.

This tender presents significant opportunities for professional audit firms looking to expand their business in the public sector transport industry. Companies with expertise in internal audit, particularly those experienced in sectors such as accounting, finance, IT (including information security), and risk management, would be well-suited to compete. The contract, which aims to uphold and enhance compliance and operational efficiency within the David MacBrayne Group, offers a chance for qualified bidders to establish long-term partnerships with a reputable organisation within the Scottish transport sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

INTERNAL AUDIT SERVICES FOR DAVID MACBRAYNE LIMITED

Notice Description

The purpose of this tender exercise is to award a contract for the provision of Internal Audit Services to David MacBrayne Limited.

Lot Information

Lot 1

David MacBrayne Limited is seeking proposals from suitably qualified professional firms on what they believe to be appropriate Internal Audit services for the David MacBrayne Group based on your understanding of the business requirements of the Group and its operations. David MacBrayne also requires investigatory work to be undertaken as and when required. On average, throughout any one year, the supplier of Internal Audit Services would normally conduct a number of reviews in support of the 'in house' team. Over the last three years, this equates on average to 100 days a year. CFL is not bound to guarantee any given number of days and will only pay for those days actually agreed and subsequently received. The supplier is required in areas such as: - Accounting and Finance - Bid Management - Customer Service and Experience - Commercial Services - Human Resources - IT (including Information Security) - Project and Change Management - Risk Management - Supply Chain Management (including Contract Management) The successful company shall assist the 'in house' Audit function in the execution of the annual Internal Audit plan for the Group and its subsidiaries set out below;- - David MacBrayne Limited - CalMac Ferries Limited - Caledonian MacBrayne Crewing (Guernsey) Limited - David MacBrayne HR (UK) Limited - Solent Gateway Limited Our offshore crewing companies are located in Guernsey. All other companies are located in Gourock. On occasions you may be required to do some work onboard a vessel or at specific Ports throughout our network.. 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.

Renewal: This contract shall operate for a term of 3 years with an option to extend for up to an additional two 12 month periods. The indicative value of this contract is in the region of 105,000 GBP per annum (525,000 GBP over the full term of 5 years

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000621722
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC403317
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79212000 - Auditing services

79212200 - Internal audit services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£254,420 £100K-£500K

Notice Dates

Publication Date
23 Dec 20205 years ago
Submission Deadline
19 Jun 2020Expired
Future Notice Date
Not specified
Award Date
25 Nov 20205 years ago
Contract Period
Not specified - Not specified
Recurrence
6 months before contract end date

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
CALMAC FERRIES LIMITED
Contact Name
Chris Curtis, Nicholas Donnelly
Contact Email
christopher.curtis@calmac.co.uk, 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

Supplier Information

Number of Suppliers
1
Supplier Name

AZETS

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000621722-2020-12-23T00:00:00Z",
    "date": "2020-12-23T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000621722",
    "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"
            ]
        },
        {
            "id": "org-36",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "name": "Chris Curtis",
                "email": "christopher.curtis@calmac.co.uk",
                "telephone": "+44 1475650321",
                "url": "http://"
            },
            "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": "COFOG"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        },
        {
            "id": "org-37",
            "name": "Azets",
            "identifier": {
                "legalName": "Azets"
            },
            "address": {
                "streetAddress": "Exchange Place 3, Semple Street",
                "locality": "EDINBURGH",
                "region": "UKM75",
                "postalCode": "EH3 8BL"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-28",
            "name": "Sheriff Court House",
            "identifier": {
                "legalName": "Sheriff Court House"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "email": "edinburgh@scotcourts.gov.uk",
                "telephone": "+44 1312252525",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "CalMac Ferries Limited",
        "id": "org-36"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000621722",
        "title": "INTERNAL AUDIT SERVICES FOR DAVID MACBRAYNE LIMITED",
        "description": "The purpose of this tender exercise is to award a contract for the provision of Internal Audit Services to David MacBrayne Limited.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "79212200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "79212000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2020-06-19T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAY386897",
                "documentType": "contractNotice",
                "title": "INTERNAL AUDIT SERVICES FOR DAVID MACBRAYNE LIMITED",
                "description": "The purpose of this tender exercise is to award a contract for the provision of Internal Audit Services to David MacBrayne Limited.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386897",
                "format": "text/html"
            },
            {
                "id": "DEC403317",
                "documentType": "awardNotice",
                "title": "INTERNAL AUDIT SERVICES FOR DAVID MACBRAYNE LIMITED",
                "description": "The purpose of this tender exercise is to award a contract for the provision of Internal Audit Services to David MacBrayne Limited.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC403317",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "David MacBrayne Limited is seeking proposals from suitably qualified professional firms on what they believe to be appropriate Internal Audit services for the David MacBrayne Group based on your understanding of the business requirements of the Group and its operations. David MacBrayne also requires investigatory work to be undertaken as and when required. On average, throughout any one year, the supplier of Internal Audit Services would normally conduct a number of reviews in support of the 'in house' team. Over the last three years, this equates on average to 100 days a year. CFL is not bound to guarantee any given number of days and will only pay for those days actually agreed and subsequently received. The supplier is required in areas such as: - Accounting and Finance - Bid Management - Customer Service and Experience - Commercial Services - Human Resources - IT (including Information Security) - Project and Change Management - Risk Management - Supply Chain Management (including Contract Management) The successful company shall assist the 'in house' Audit function in the execution of the annual Internal Audit plan for the Group and its subsidiaries set out below;- - David MacBrayne Limited - CalMac Ferries Limited - Caledonian MacBrayne Crewing (Guernsey) Limited - David MacBrayne HR (UK) Limited - Solent Gateway Limited Our offshore crewing companies are located in Guernsey. All other companies are located in Gourock. On occasions you may be required to do some work onboard a vessel or at specific Ports throughout our network.. 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",
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 3
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This contract shall operate for a term of 3 years with an option to extend for up to an additional two 12 month periods. The indicative value of this contract is in the region of 105,000 GBP per annum (525,000 GBP over the full term of 5 years"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                }
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true,
            "invitationDate": "2020-07-03T00:00:00Z"
        },
        "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": "Q4C 1.2 of the ESPD (Weighting 90%) - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver Internal Audit Services as described in part II.2.4 of the OJEU Contract Notice. The question is split into four weighted sections and should be from the last 3 years as follows: - Using relevant examples please tell us about your past experience of working with organisations of a similar size and nature David MacBrayne with links to the maritime industry and passenger transport - 25% - Using relevant examples please tell us about your past experience of working with public sector organisations and the additional challenges this may have presented - 25% - Using past examples provide details where you have been required to undertake the following types of activity as part of an internal audit service: Accounting and Finance, Customer Service and Experience, Commercial Services, Human Resources, IT (including Information Security), Project and Change Management, Risk Management, Supply Chain Management - 25% - Using past experience please tell us about any occasion(s) that you have rejected to undertake an audit for a client and your reasons - 25% Q4C.6 of the ESPD (Weighting 10%) Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications. Q4C.7 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 required environmental management systems or standards. Q4C.10 of the ESPD (Weighting Pass/Fail) - Bidders are required to provide details of the proportion (ie percentage) of the contract that they intend to sub-contract. 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"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "79212200",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "6 months before contract end date"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "techniques": {
            "hasFrameworkAgreement": true
        }
    },
    "language": "EN",
    "description": "Questions 4C 1.2, 4C.6 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. (SC Ref:640041)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000621722"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000621722"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "CSDM20-001",
            "suppliers": [
                {
                    "id": "org-37",
                    "name": "Azets"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "CSDM20-001",
            "awardID": "CSDM20-001",
            "status": "active",
            "value": {
                "amount": 254420,
                "currency": "GBP"
            },
            "dateSigned": "2020-11-25T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2020/S 100-243238"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "62",
                "measure": "bids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "63",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "64",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "65",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "66",
                "measure": "electronicBids",
                "value": 5,
                "relatedLot": "1"
            }
        ]
    }
}