Notice Information
Notice Title
Just Culture - Implementation
Notice Description
CalMac is seeking a partner to facilitate the development of a Just Safety Culture within the organisation. Just Culture can be defined as "a workplace culture in which front-line operators and others are not punished for actions, omissions, or decisions taken by them which are commensurate with their experience and training, but where gross negligence, wilful violations, and destructive acts are not tolerated."
Lot Information
Lot 1
CalMac is seeking a partner to facilitate the development of a Just Safety Culture within the organisation. Just Culture can be defined as "a workplace culture in which front-line operators and others are not punished for actions, omissions, or decisions taken by them which are commensurate with their experience and training, but where gross negligence, wilful violations, and destructive acts are not tolerated." By introducing a Just Culture framework that is consistent, credible, and fair, CalMac will become more transparent in its decision making, and in the way in which it deals with behaviour. This builds trust and provides an opportunity to further improve safety culture. A Just Culture framework implemented effectively will facilitate this behavioural change, giving CalMac the opportunity to develop a mature safety culture. This project seeks to put in place the building blocks to allow CalMac to develop a Just Culture. In order to do this, CalMac is seeking an external supplier to facilitate the behavioural change.
Renewal: Contract length will be driven by responses to Stage 2 of the Procurement and focus on the delivery of a set of outcomes. The exact length of the contract is not yet known. While it is envisaged that the initial contract term may be approximately 12-24 months. This initial contract term may differ further to structured negotiation with Tenderers during Stage 2 of the Procurement.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000644478
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR446996
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79400000 - Business and management consultancy and related services
Notice Value(s)
- Tender Value
- £120,000 £100K-£500K
- Lots Value
- £120,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- £118,800 £100K-£500K
Notice Dates
- Publication Date
- 28 Apr 20223 years ago
- Submission Deadline
- 22 Mar 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 25 Aug 20214 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
- CALMAC FERRIES LIMITED
- Contact Name
- Christopher Curtis, June Cairns
- Contact Email
- christopher.curtis@calmac.co.uk, june.cairns@calmac.co.uk
- Contact Phone
- +44 01475650370, +44 1475650247
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
- Not specified
-
- Local Authority
- Inverclyde
- Electoral Ward
- Inverclyde West
- Westminster Constituency
- Inverclyde and Renfrewshire West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB407186&idx=1
18th February 2021 - Qualification Attachment - Tenderers must download and provide response. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB407186
Just Culture - Implementation - CalMac is seeking a partner to facilitate the development of a Just Safety Culture within the organisation. Just Culture can be defined as "a workplace culture in which front-line operators and others are not punished for actions, omissions, or decisions taken by them which are commensurate with their experience and training, but where gross negligence, wilful violations, and destructive acts are not tolerated." -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR446996
Just Culture - Implementation - CalMac is seeking a partner to facilitate the development of a Just Safety Culture within the organisation. Just Culture can be defined as "a workplace culture in which front-line operators and others are not punished for actions, omissions, or decisions taken by them which are commensurate with their experience and training, but where gross negligence, wilful violations, and destructive acts are not tolerated."
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-r6ebe6-0000644478-2022-04-28T00:00:00Z",
"date": "2022-04-28T00:00:00Z",
"ocid": "ocds-r6ebe6-0000644478",
"initiationType": "tender",
"parties": [
{
"id": "org-74",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "The Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA191QP"
},
"contactPoint": {
"name": "Christopher Curtis",
"email": "christopher.curtis@calmac.co.uk",
"telephone": "+44 1475650247",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Company",
"scheme": "COFOG"
},
{
"id": "Ferry Operator",
"scheme": "COFOG"
}
],
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-75",
"name": "Greenock Sheriff Court",
"identifier": {
"legalName": "Greenock Sheriff Court"
},
"address": {
"streetAddress": "1 Nelson Street",
"locality": "Greenock",
"postalCode": "PA15 1TR"
},
"contactPoint": {
"telephone": "+44 1475787073",
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-70",
"name": "CalMac Ferries Limited",
"identifier": {
"legalName": "CalMac Ferries Limited"
},
"address": {
"streetAddress": "Ferry Terminal",
"locality": "Gourock",
"region": "UKM",
"postalCode": "PA19 1QP"
},
"contactPoint": {
"name": "June Cairns",
"email": "june.cairns@calmac.co.uk",
"telephone": "+44 01475650370",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Ferry Operator",
"scheme": "COFOG"
},
{
"id": "Ferry Company",
"scheme": "COFOG"
}
],
"url": "http://www.calmac.co.uk"
}
},
{
"id": "org-83",
"name": "Baines Simmons Limited",
"identifier": {
"legalName": "Baines Simmons Limited"
},
"address": {
"streetAddress": "2 City Place, Beehive Ring Road",
"locality": "Gatwick",
"region": "UK",
"postalCode": "RH6 0PD"
},
"contactPoint": {
"telephone": "+44 7531490136"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-58",
"name": "Greenock Sheriff Court",
"identifier": {
"legalName": "Greenock Sheriff Court"
},
"address": {
"streetAddress": "1 Nelson St",
"locality": "Greenock",
"postalCode": "PA15 1TR"
},
"contactPoint": {
"email": "Kieran.Guiller@inverclyde.gov.uk",
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "CalMac Ferries Limited",
"id": "org-70"
},
"tender": {
"id": "CSHS20-407",
"title": "Just Culture - Implementation",
"description": "CalMac is seeking a partner to facilitate the development of a Just Safety Culture within the organisation. Just Culture can be defined as \"a workplace culture in which front-line operators and others are not punished for actions, omissions, or decisions taken by them which are commensurate with their experience and training, but where gross negligence, wilful violations, and destructive acts are not tolerated.\"",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "79400000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "West Coast of Scotland"
},
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 120000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2021-03-22T12:00:00Z"
},
"documents": [
{
"id": "FEB407186",
"documentType": "contractNotice",
"title": "Just Culture - Implementation",
"description": "CalMac is seeking a partner to facilitate the development of a Just Safety Culture within the organisation. Just Culture can be defined as \"a workplace culture in which front-line operators and others are not punished for actions, omissions, or decisions taken by them which are commensurate with their experience and training, but where gross negligence, wilful violations, and destructive acts are not tolerated.\"",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB407186",
"format": "text/html"
},
{
"id": "FEB407186-1",
"title": "Qualification Attachment - Tenderers must download and provide response.",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB407186&idx=1",
"datePublished": "2021-02-18T13:01:06Z",
"dateModified": "2021-02-18T13:01:06Z",
"format": "application/pdf"
},
{
"id": "APR446996",
"documentType": "awardNotice",
"title": "Just Culture - Implementation",
"description": "CalMac is seeking a partner to facilitate the development of a Just Safety Culture within the organisation. Just Culture can be defined as \"a workplace culture in which front-line operators and others are not punished for actions, omissions, or decisions taken by them which are commensurate with their experience and training, but where gross negligence, wilful violations, and destructive acts are not tolerated.\"",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR446996",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "CalMac is seeking a partner to facilitate the development of a Just Safety Culture within the organisation. Just Culture can be defined as \"a workplace culture in which front-line operators and others are not punished for actions, omissions, or decisions taken by them which are commensurate with their experience and training, but where gross negligence, wilful violations, and destructive acts are not tolerated.\" By introducing a Just Culture framework that is consistent, credible, and fair, CalMac will become more transparent in its decision making, and in the way in which it deals with behaviour. This builds trust and provides an opportunity to further improve safety culture. A Just Culture framework implemented effectively will facilitate this behavioural change, giving CalMac the opportunity to develop a mature safety culture. This project seeks to put in place the building blocks to allow CalMac to develop a Just Culture. In order to do this, CalMac is seeking an external supplier to facilitate the behavioural change.",
"status": "complete",
"value": {
"amount": 120000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "This Procurement will be conducted through the use of the Competitive Procedure with Negotiation (CPN). All queries about this procurement must be made via the Public Contracts Scotland messaging system. Statements including the specific requirements can be found within Section III.1.2 and III.1.3 of the Contract Notice. The process to be applied will be: Tenderer must pass the minimum standards sections of the SPD (Scotland). ----- SPD: Part 2, Section 2C: Reliance on the capacities of other entities. Where an organisation relies on the capabilities of others a separate SPD is required and will be subject to Part 3 below. ----- SPD: Part 3, Section A, B, C, D will be assessed on a pass/fail basis. If any question subject to 'pass/fail' be assessed as 'fail' the entire submission will be set aside and take no further part in the competition. ----- SPD: Part 4: Turnover & Economic 7 Financial Standing Minimum standards apply, these are further detailed under \"Minimum level(s) of standards required\" within the body of this Contract Notice. If any minimum standards within this section, (Part 4) are not met, the entire submission may be set aside and take no further part in the competition. Criteria: Technical and professional Ability: 100% Technical Envelope: Qualification Attachment CSHS20-407 must be downloaded, fully completed and submitted by the Tenderer. The Qualification Attachment shall be scored by the purchaser as follows: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 25 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 50 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 100- Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. Further detail on question weightings can be found in Section III1.3 (Technical & Professional Ability) within this Contract Notice. Subject to meeting any PASS/FAIL criteria, further to scoring all submissions using the above criteria, CFL shall invite (a maximum of) the top five (5) scoring Tenderers to participate in the next stage of the Procurement and submit a tender. For clarity, CFL shall invite a (minimum of) the top three (3) Tenderers to participate where more than (3) SPD submissions are received."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Contract length will be driven by responses to Stage 2 of the Procurement and focus on the delivery of a set of outcomes. The exact length of the contract is not yet known. While it is envisaged that the initial contract term may be approximately 12-24 months. This initial contract term may differ further to structured negotiation with Tenderers during Stage 2 of the Procurement."
}
}
],
"communication": {
"atypicalToolUrl": "http://www.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"performanceTerms": "Milestones and/or KPIs and Reporting Requirements shall be published along with the ITT during Stage 2 of this Procurement."
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2021-04-28T00:00:00Z"
},
"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 within the SPD."
},
{
"type": "economic",
"description": "Please refer to these statements when completing SPD Part 4. Tenderers should note that a response to the following questions is mandatory: [4B1a] General Yearly Turnover [4B3] Set up of economic operator [4B5a] Insurance - Professional Risk Indemnity [4B5b] Insurance - Employer's (Compulsory) Liability Tenderers shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, Tenderers shall: (a) in response to Question Ref. 4B.1.a - The Tenderer should provide it's (general) yearly turnover for the previous 3 financial years, and also provide annual accounts as filed at Companies House (or equivalent if not UK registered company) for the last three years of trading, or for the period which is available if trading for less than three. Recent accounts are preferred. Subsequently draft accounts would be preferred for the most recent trading period if filed accounts are unavailable. CFL shall take the following ratios into account when reviewing the latest set of accounts, whether they be draft or published: ----- 1- Return on Capital Employed Ratio will be calculated as follows; Net profit after Tax divided by Net Assets (Total assets less Current Liabilities) ----- 2- Acid Test (Current Ratio) Ratio will be calculated as follows; Net Current Assets divided by Net Current Liabilities ----- 3- Gearing Ratio will be calculated as total debt/total equity ----- 4- Interest Coverage Ratio will be calculated as Earnings Before Interest & Taxes, (EBIT) divided by interest payments due in the period ----- (b) in response to Question Ref. 4B.5, (a & b) confirm they already have or can commit to obtain the required levels of insurance prior to commencement of the contract.",
"minimum": "[4B1a] General Yearly Turnover Tenderers shall be required to satisfy minimum standards of economic and financial standing. These are described below: ----- 1- Return on Capital Employed: must be at a ratio greater than \"0\" 2- Acid Test (Current Ratio): Current Ratio must be greater than \"1\" 3- Gearing: Gearing must be a figure of less than 100% 4- Interest Coverage: Interest Coverage must be a figure of 2 or above ----- There must be no qualification or contra-indication from any evidence provided in support of the Tenderer's economic and financial standing. ---- In response to Question Ref: 4B.5, (a & b), Tenderers must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: Employer's Liability Insurance = GBP 5 Million Professional Indemnity Insurance = GBP 5 Million Tenderers should purchase any other insurance cover as necessary, taking into account the terms and conditions of this contract. In responding to Question Ref. 4B.5, (a & b) of the SPD, where a Tenderer ticks the box \"No, and I cannot commit to obtain it\" the submission shall be marked as FAIL. Tenderers which alter their composition after making a submission will be the subject of re-evaluation."
},
{
"type": "technical",
"description": "Technical and Professional Ability Part 4 & Qualification Attachment The SPD and Qualification Attachment are designed to allow CFL to review evidence of Tenderer's experience in delivering similar services to the service being tendered. The SPD and appropriate Tender responses should not make forward looking statements. ----- SPD: Technical and Professional Ability Part 4 A response is mandatory for the following questions: [4C1.1/4C1.2] Relevant Examples In response to the above question. Tenderers must provide a response to each of the (6) questions in the Qualification Attachment. Responses to each of the (6) questions in the Qualification Attachment shall be weighted as follows: 1) 30% - Specific experience of Just Culture facilitation (Word Limit 1000) 2) 10% - Managing issues around Just Culture facilitation (Word Limit 500) 3) 15% - Communications & Stakeholder Engagement (Word Limit 750) 4) 15% - Change Management (Word Limit 750) 5) 10% - Training (Word Limit 500) 6) 20% - Policies & Procedures (Word Limit 750)",
"minimum": "SPD: Technical and Professional Ability Part 4 A response is mandatory for the following questions: [4C1.1/4C1.2] Relevant Examples Responses to each of the 6 questions in the Qualification Attachment are mandatory, a nil response for any question in the section shall be marked as a \"fail\". Tenderers must score a minimum of 50% in total across all responses to the Qualification Attachment. Where a score of less than 50% is achieved the submission may be deemed non-compliant. Questions in the Qualification Attachment shall be scored in accordance with Section II.2 (Description) of this Contract Notice."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"classification": {
"id": "79400000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "Full terms and conditions that may flow from this Procurement will be published along with the ITT. In the meantime, Tenderers should note that the conditions of the Procurement include (but are not limited to) the following: -The eligibility requirements in this Contract Notice will apply to the procurement at all times. A Tenderer may be excluded from this competition if the Tenderer no longer meets the selection criteria set out in the Contract Notice at any stage during the competition and/or there is a change in identity, control, financial standing or other factor impacting on the selection process affecting the Tenderer; - CFL is subject to the requirements of the Freedom of Information (Scotland) Act 2002 and the Environmental Information (Scotland) Regulations 2004. Accordingly, all information submitted to CFL may need to be disclosed and/or published by it in response to a request under FOISA or the EIRs; and -Tenderers will remain responsible for all costs and expenses incurred by them in connection with this competition, CFL will not be liable to reimburse or compensate any costs incurred in connection with a Tenderer's participation in this competition, including any costs or other liability in respect of the cancellation of the process.\" CFL reserves the right not to award a contract pursuant to this Procurement and to cancel the Procurement at any point without liability. CFL reserve the right not to conclude any contract as a result of the procurement process initiated by this notice and to make whatever changes CFL deem appropriate to the content, process, timing and structure of the procurement process. A Community Benefit (CB) clause has not been included within the ITT documents as a clause is considered not to be relative and /or proportionate to the nature of the service to be required. (SC Ref:691522)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000644478"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000644478"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "FEB407186 - CSHS20-047",
"suppliers": [
{
"id": "org-83",
"name": "Baines Simmons Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "FEB407186 - CSHS20-047",
"awardID": "FEB407186 - CSHS20-047",
"status": "active",
"value": {
"amount": 118800,
"currency": "GBP"
},
"dateSigned": "2021-08-25T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "179",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "180",
"measure": "smeBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "181",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "182",
"measure": "foreignBidsFromNonEU",
"value": 2,
"relatedLot": "1"
},
{
"id": "183",
"measure": "electronicBids",
"value": 2,
"relatedLot": "1"
}
]
}
}