Notice Information
Notice Title
HUMAN CAPITAL MANAGEMENT SYSTEM
Notice Description
David MacBrayne Limited (DML) require the provision of a modern, cloud based, commercial, off the shelf and market-proven Human Capital Management (HCM) solution, incorporating HR, Payroll, Learning and Development, and Workforce Management functionality.
Lot Information
Lot 1
David MacBrayne Limited (DML) is the parent company of two major subsidiary businesses CalMac Ferries Ltd and Solent Gateway Ltd. The group also has two human resource subsidiaries which support the business, David MacBrayne HR (UK) Ltd and Caledonian MacBrayne Crewing (Guernsey) Ltd. DML's Minimum Requirement is for a modern, cloud based, commercial, off the shelf and market-proven Human Capital Management (HCM) solution, incorporating HR, Payroll, Learning and Development, and Workforce Management functionality. End of Minimum Requirement. The HCM solution may be delivered either by a single provider, or a consortium. All components of the solution must interface with one another. Central to DML's requirement is software which: - Will provide Self Service functionality for employees of DML Group companies & back office functionality for the following areas: Human Resources;Learning/ Training Management; Rostering (Workforce Management); and Payroll. - Will make the creation and management of employees' rosters easier and more efficient. - Will enable operational efficiencies in the HR, Payroll, Crewing and Learning & Development teams. - Requires zero development effort to satisfy DML's required outcomes. - Can be supported through implementation services including configuration, training and business change. - Can be implemented in collaboration with DML to achieve go-live within 12 months or less, following contract award. Note that suppliers will be expected to collaborate with DML to determine an effective implementation approach during procurement The contract for this service will be let for an initial three-year duration, which will include an implementation period and a period of live running, followed by four, auto-renewed periods of 12 months, each of which is at DML's option. In advance of each renewal, DML may elect not to renew at 6 months' notice. The total contract duration is up to seven years. DML will contract with the most economically advantageous bidder.. 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 four 12 month periods.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000624920
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN417648
- 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
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
48000000 - Software package and information systems
72262000 - Software development services
Notice Value(s)
- Tender Value
- £1,300,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £676,195 £500K-£1M
Notice Dates
- Publication Date
- 9 Jun 20214 years ago
- Submission Deadline
- 10 Aug 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 7 Apr 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 12 months before contract end date
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DAVID MACBRAYNE LIMITED
- Contact Name
- Denis Lyden, Nicholas Donnelly
- Contact Email
- denis.lyden@calmac.co.uk, nicholas.donnelly@calmac.co.uk
- Contact Phone
- +44 1475650321, +44 7816094069
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
- TLM Scotland
-
- 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=JUL390096
HUMAN CAPITAL MANAGEMENT SYSTEM - David MacBrayne Limited (DML) require the provision of a modern, cloud based, commercial, off the shelf and market-proven Human Capital Management (HCM) solution, incorporating HR, Payroll, Learning and Development, and Workforce Management functionality. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN417648
HUMAN CAPITAL MANAGEMENT SYSTEM - David MacBrayne Limited (DML) require the provision of a modern, cloud based, commercial, off the shelf and market-proven Human Capital Management (HCM) solution, incorporating HR, Payroll, Learning and Development, and Workforce Management functionality.
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-r6ebe6-0000624920-2021-06-09T00:00:00Z",
"date": "2021-06-09T00:00:00Z",
"ocid": "ocds-r6ebe6-0000624920",
"initiationType": "tender",
"parties": [
{
"id": "org-53",
"name": "David MacBrayne Limited",
"identifier": {
"legalName": "David MacBrayne 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"
}
],
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-18",
"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-347",
"name": "David MacBrayne Limited",
"identifier": {
"legalName": "David MacBrayne Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP"
},
"contactPoint": {
"name": "Denis Lyden",
"email": "denis.lyden@calmac.co.uk",
"telephone": "+44 7816094069",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Operator, Transport",
"scheme": "COFOG"
}
],
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-348",
"name": "MHR International UK Limited",
"identifier": {
"legalName": "MHR International UK Limited"
},
"address": {
"streetAddress": "Ruddington Hall, Loughborough Road",
"locality": "Nottingham",
"region": "UK",
"postalCode": "NG11 6LL"
},
"contactPoint": {
"telephone": "+44 7557136145"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-114",
"name": "Sheriff Court House",
"identifier": {
"legalName": "Sheriff Court House"
},
"address": {
"streetAddress": "6 West Bell Street,",
"locality": "Dundee",
"postalCode": "DD1 9AD"
},
"contactPoint": {
"url": "http://www.dundeecity.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "David MacBrayne Limited",
"id": "org-347"
},
"tender": {
"id": "ocds-r6ebe6-0000624920",
"title": "HUMAN CAPITAL MANAGEMENT SYSTEM",
"description": "David MacBrayne Limited (DML) require the provision of a modern, cloud based, commercial, off the shelf and market-proven Human Capital Management (HCM) solution, incorporating HR, Payroll, Learning and Development, and Workforce Management functionality.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "72262000",
"scheme": "CPV"
},
{
"id": "48000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 1300000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-08-10T12:00:00Z"
},
"documents": [
{
"id": "JUL390096",
"documentType": "contractNotice",
"title": "HUMAN CAPITAL MANAGEMENT SYSTEM",
"description": "David MacBrayne Limited (DML) require the provision of a modern, cloud based, commercial, off the shelf and market-proven Human Capital Management (HCM) solution, incorporating HR, Payroll, Learning and Development, and Workforce Management functionality.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL390096",
"format": "text/html"
},
{
"id": "JUN417648",
"documentType": "awardNotice",
"title": "HUMAN CAPITAL MANAGEMENT SYSTEM",
"description": "David MacBrayne Limited (DML) require the provision of a modern, cloud based, commercial, off the shelf and market-proven Human Capital Management (HCM) solution, incorporating HR, Payroll, Learning and Development, and Workforce Management functionality.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN417648",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "David MacBrayne Limited (DML) is the parent company of two major subsidiary businesses CalMac Ferries Ltd and Solent Gateway Ltd. The group also has two human resource subsidiaries which support the business, David MacBrayne HR (UK) Ltd and Caledonian MacBrayne Crewing (Guernsey) Ltd. DML's Minimum Requirement is for a modern, cloud based, commercial, off the shelf and market-proven Human Capital Management (HCM) solution, incorporating HR, Payroll, Learning and Development, and Workforce Management functionality. End of Minimum Requirement. The HCM solution may be delivered either by a single provider, or a consortium. All components of the solution must interface with one another. Central to DML's requirement is software which: - Will provide Self Service functionality for employees of DML Group companies & back office functionality for the following areas: Human Resources;Learning/ Training Management; Rostering (Workforce Management); and Payroll. - Will make the creation and management of employees' rosters easier and more efficient. - Will enable operational efficiencies in the HR, Payroll, Crewing and Learning & Development teams. - Requires zero development effort to satisfy DML's required outcomes. - Can be supported through implementation services including configuration, training and business change. - Can be implemented in collaboration with DML to achieve go-live within 12 months or less, following contract award. Note that suppliers will be expected to collaborate with DML to determine an effective implementation approach during procurement The contract for this service will be let for an initial three-year duration, which will include an implementation period and a period of live running, followed by four, auto-renewed periods of 12 months, each of which is at DML's option. In advance of each renewal, DML may elect not to renew at 6 months' notice. The total contract duration is up to seven years. DML will contract with the most economically advantageous bidder.. 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",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "50"
},
{
"type": "price",
"description": "50"
}
]
},
"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 four 12 month periods."
}
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true,
"invitationDate": "2020-08-28T00:00:00Z"
},
"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": "This ESPD is designed to allow DML to review evidence of prior experience and should not make forward-looking statements or predict where products or features may have utility for DML. Q4C 1.2 of the ESPD (Weighting 100%) - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the Human Capital Management System as described in part II.2.4 of the OJEU Contract Notice. The question is split into six weighted sections and should be from the last 3 years as follows: - Please evidence that your Human Capital Management (HCM) product is a cloud based Commercial Off-The-Shelf software solution incorporating HR, Payroll, Learning and Development, and Workforce Management functionality. Please also evidence that a common, consistent version of the software is in use with organisations of 1000 users or more. Your response must include at least two examples. (Weighting 45%) - Please evidence how you have supported customers in the period between contract award and the handover of the HCM solution to 'business as usual'. In particular, please provide examples of how you have supported those organisations through end user training and business change. Please also evidence that your full Human Capital Management (HCM) solution has been implemented successfully within a 12-month period from contract start to go-live. Please provide at least two examples from the past 3 years. (Weighting 20%) - Please provide examples where your HCM software has been used to achieve custom integrations using its standard API set. Please provide two or more examples from recent client implementations. Examples might include integration with finance systems or third-party learning platforms.(Weighting 15%) - Please demonstrate where your Human Capital Management solution has delivered enhanced reporting and analytical capability to your clients. Please include examples of two client implementations, stating how these clients have used this capability and the value it has added.(Weighting 20%) 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. 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": "72262000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "12 months before contract end date"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "(SC Ref:656712)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000624920"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000624920"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "CSDM20-001",
"suppliers": [
{
"id": "org-348",
"name": "MHR International UK Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "CSDM20-001",
"awardID": "CSDM20-001",
"status": "active",
"value": {
"amount": 676195,
"currency": "GBP"
},
"dateSigned": "2021-04-07T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2020/S 133-328099"
}
],
"bids": {
"statistics": [
{
"id": "734",
"measure": "bids",
"value": 5,
"relatedLot": "1"
},
{
"id": "735",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "736",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "737",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "738",
"measure": "electronicBids",
"value": 5,
"relatedLot": "1"
}
]
}
}