Award

Temporary Crewing Framework

SCOTTISH GOVERNMENT

This public procurement record has 2 releases in its history.

Award

24 May 2023 at 00:00

Tender

11 Aug 2022 at 00:00

Summary of the contracting process

The Scottish Government has recently awarded a contract for the "Temporary Crewing Framework" in the services category. The procurement process was initiated through a tender and the buying organisation involved is the Scottish Government. The framework will cover marine protection vessels and research vessels operating around the coastline of Scotland. The contract was signed on 22nd November 2022, and the procurement method used was an open procedure. Suppliers interested in providing temporary crewing services for marine vessels in Scotland should take note of the active status of this contract.

This tender for the "Temporary Crewing Framework" by the Scottish Government presents a significant business opportunity for companies specialising in maritime staffing services. Businesses with experience in providing crewing services for marine vessels, including marine protection vessels and research vessels, around the Scottish coast would be well-suited to compete for this contract. The active status of the tender, along with the contract period extending until 31st October 2025 (with an option for further extension), provides potential for long-term business growth and collaboration opportunities in the maritime industry.

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

Temporary Crewing Framework

Notice Description

Marine Scotland has a requirement to set up a framework with external providers for provision of Temporary Crewing Framework.

Lot Information

Lot 1

Marine Scotland operates a fleet of three marine protection vessels (MPV Hirta, MPV Jura and MPV Minna) and two marine research vessels (MRV Scotia and MRV Alba Na Mara). We also operate a number of small inshore craft. All vessels, except Alba Na Mara and small inshore craft, are Class VII Merchant Ships engaged in unlimited trade. MRV Alba Na Mara is operated as a Class 1 Workboat and as such remains within 150 nautical miles from a safe haven in and around the Scottish coast. The smaller inshore craft are also coded under the Workboat Code The patrol vessels work three week voyages (patrols) with two crews working back to back. The vessels of Marine Scotland are Crown assets nominally owned by Scottish Ministers and as such are "Government Ships", reference section 308 of the 1995 Merchant Shipping Act. In addition Scottish Fisheries Cruisers and Research Ships are exempted from certain sections of Merchant Shipping Acts, including the need to carry Official Log Books and Crew Agreements. The following Orders refer: The Merchant Shipping (Registration of Scottish Fishery Cruisers, Research Ships etc.) Order, 1960 and the Merchant Shipping (Registration of Scottish Fishery Cruisers, Research Ships etc.) (Amendment) Order 1972. A single temporary assignment on a patrol ship or small inshore craft is therefore 22 days (allowing for changeover days at each end of the patrol). However temporary assignments may vary to less or more than this to allow for essential operations. The research vessels follow a designated science programme with voyages (science cruises) varying between 2 weeks to 4 weeks (approximately), again each vessel has two crews working alternative voyages. In order to operate the vessels safely and comply with regulations, each vessel must maintain a minimum level of staffing aboard prior to sailing. The vessels are operated by permanent Marine Scotland staff but require supplementary temporary staff to ensure business continuity. Consequently, Marine Scotland has a requirement to set up a framework with external providers for provision of Temporary Crewing Framework.

Renewal: An option of a further 12 months extension to 31 October 2026 will be part of the framework.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000703160
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY479211
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open 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

79600000 - Recruitment services

79620000 - Supply services of personnel including temporary staff

Notice Value(s)

Tender Value
£5,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
24 May 20232 years ago
Submission Deadline
12 Sep 2022Expired
Future Notice Date
Not specified
Award Date
22 Nov 20223 years ago
Contract Period
1 Nov 2022 - 31 Oct 2025 3-4 years
Recurrence
The framework will end in 31 October 2026.

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SCOTTISH GOVERNMENT
Contact Name
Marc Jones
Contact Email
marc.jones@gov.scot, sarah.pagan@gov.scot
Contact Phone
+44 1412420133

Buyer Location

Locality
GLASGOW
Postcode
G2 8JX
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
TLM Scotland

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North

Supplier Information

Number of Suppliers
2
Supplier Names

GENESIS PERSONNEL

SEAMARINER

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-r6ebe6-0000703160-2023-05-24T00:00:00Z",
    "date": "2023-05-24T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000703160",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-16",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "4 Atlantic Quay, 70 York St",
                "locality": "Glasgow",
                "region": "UK",
                "postalCode": "G2 8JX"
            },
            "contactPoint": {
                "email": "sarah.pagan@gov.scot",
                "url": "https://www.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "mediationBody",
                "reviewContactPoint"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "05",
                        "description": "Environmental protection",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.scotland.gov.uk"
            }
        },
        {
            "id": "org-46",
            "name": "Sheriff Court House",
            "identifier": {
                "legalName": "Sheriff Court House"
            },
            "address": {
                "streetAddress": "9 Lewis Street",
                "locality": "Stornoway",
                "postalCode": "HS1 2JF"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-87",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "4 Atlantic Quay, 70 York St",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G2 8EA"
            },
            "contactPoint": {
                "name": "Marc Jones",
                "email": "marc.jones@gov.scot",
                "telephone": "+44 1412420133",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    }
                ],
                "url": "http://www.scotland.gov.uk"
            }
        },
        {
            "id": "org-123",
            "name": "Genesis Personnel Limited",
            "identifier": {
                "legalName": "Genesis Personnel Limited"
            },
            "address": {
                "streetAddress": "4 Marischal Street",
                "locality": "Peterhead",
                "region": "UK",
                "postalCode": "AB42 1HU"
            },
            "contactPoint": {
                "telephone": "+44 1779476311"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-124",
            "name": "Seamariner Limited",
            "identifier": {
                "legalName": "Seamariner Limited"
            },
            "address": {
                "streetAddress": "The Square, Fawley",
                "locality": "Southampton",
                "region": "UK",
                "postalCode": "SO45 1DD"
            },
            "contactPoint": {
                "telephone": "+44 2380840374"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-113",
            "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": "https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Government",
        "id": "org-87"
    },
    "tender": {
        "id": "CASE/386783",
        "title": "Temporary Crewing Framework",
        "description": "Marine Scotland has a requirement to set up a framework with external providers for provision of Temporary Crewing Framework.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "79600000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Around coastline of Scotland"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 5000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2022-09-12T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2022-09-12T12:00:00Z"
        },
        "documents": [
            {
                "id": "AUG456109",
                "documentType": "contractNotice",
                "title": "Temporary Crewing Framework",
                "description": "Marine Scotland has a requirement to set up a framework with external providers for provision of Temporary Crewing Framework.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG456109",
                "format": "text/html"
            },
            {
                "id": "AUG456109-1",
                "title": "Invitation to Tender",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG456109&idx=1",
                "datePublished": "2022-08-11T12:20:19Z",
                "dateModified": "2022-08-11T12:20:19Z",
                "format": "application/msword"
            },
            {
                "id": "AUG456109-2",
                "title": "Schedule 5 - Terms and Conditions for Supply of Services",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG456109&idx=2",
                "datePublished": "2022-08-11T12:20:19Z",
                "dateModified": "2022-08-11T12:20:19Z",
                "format": "application/msword"
            },
            {
                "id": "AUG456109-3",
                "title": "Schedule 16 - SG Model Framework Agreement",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG456109&idx=3",
                "datePublished": "2022-08-11T12:20:19Z",
                "dateModified": "2022-08-11T12:20:19Z",
                "format": "application/msword"
            },
            {
                "id": "AUG456109-4",
                "title": "Questions and answers",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG456109&idx=4",
                "datePublished": "2022-09-01T10:28:23Z",
                "dateModified": "2022-09-01T10:28:23Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "MAY479211",
                "documentType": "awardNotice",
                "title": "Temporary Crewing Framework",
                "description": "Marine Scotland has a requirement to set up a framework with external providers for provision of Temporary Crewing Framework.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY479211",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Marine Scotland operates a fleet of three marine protection vessels (MPV Hirta, MPV Jura and MPV Minna) and two marine research vessels (MRV Scotia and MRV Alba Na Mara). We also operate a number of small inshore craft. All vessels, except Alba Na Mara and small inshore craft, are Class VII Merchant Ships engaged in unlimited trade. MRV Alba Na Mara is operated as a Class 1 Workboat and as such remains within 150 nautical miles from a safe haven in and around the Scottish coast. The smaller inshore craft are also coded under the Workboat Code The patrol vessels work three week voyages (patrols) with two crews working back to back. The vessels of Marine Scotland are Crown assets nominally owned by Scottish Ministers and as such are \"Government Ships\", reference section 308 of the 1995 Merchant Shipping Act. In addition Scottish Fisheries Cruisers and Research Ships are exempted from certain sections of Merchant Shipping Acts, including the need to carry Official Log Books and Crew Agreements. The following Orders refer: The Merchant Shipping (Registration of Scottish Fishery Cruisers, Research Ships etc.) Order, 1960 and the Merchant Shipping (Registration of Scottish Fishery Cruisers, Research Ships etc.) (Amendment) Order 1972. A single temporary assignment on a patrol ship or small inshore craft is therefore 22 days (allowing for changeover days at each end of the patrol). However temporary assignments may vary to less or more than this to allow for essential operations. The research vessels follow a designated science programme with voyages (science cruises) varying between 2 weeks to 4 weeks (approximately), again each vessel has two crews working alternative voyages. In order to operate the vessels safely and comply with regulations, each vessel must maintain a minimum level of staffing aboard prior to sailing. The vessels are operated by permanent Marine Scotland staff but require supplementary temporary staff to ensure business continuity. Consequently, Marine Scotland has a requirement to set up a framework with external providers for provision of Temporary Crewing Framework.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Understanding of Business",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "contractPeriod": {
                    "startDate": "2022-11-01T00:00:00Z",
                    "endDate": "2025-10-31T00:00:00Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "An option of a further 12 months extension to 31 October 2026 will be part of the framework."
                }
            }
        ],
        "bidOpening": {
            "date": "2022-09-12T12:00:00Z",
            "address": {
                "streetAddress": "Aberdeen"
            }
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "This section covers questions 4B1-6 of the SPD (Scotland).",
                    "minimum": "4B2a: Bidders will be required to have a minimum \"specific\" yearly turnover of 1,250,000 GBP for the last two years. In the event that the Bidder does not comply with this requirement, they will not be considered any further in this tendering exercise. As evidence for the SPD (Scotland) question 4B2a, the Procurement Officer may ask for annual accounts from the bidder. 4B5: It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below: Employers (Compulsory) Liability Insurance = In accordance with the legal obligation for the time being enforced. Public Liability Insurance = 5 Million GBP 4B6: Bidders must demonstrate a) Profit Margin Ratio of greater than 3%, b) Quick Ratio of greater than 100% or 1:1, c) Current Ratio of greater than 100% or 1:1 d) Debt Ratio of greater than 100% or 1:1. Profit Margin Ratio will be calculated as follows: net income divided by net sales. Quick Ratio will be calculated as follows: Current Assets minus Inventory minus Prepaid expenses divided by Current Liabilities. Current Ratio will be calculated as follows: net current assets divided by net current liabilities. Debt Ratio will be calculated as follows: Total liabilities divided by Total assets. Please state whether you have applied IFRS15 to your accounts. There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing."
                },
                {
                    "type": "technical",
                    "description": "Details of facilities and equipment, measures for ensuring quality management procedures.",
                    "minimum": "4C1.2: Bidders will be required to provide three examples over the last five years that demonstrate that they have the relevant experience to deliver the services/supplies as described in the Contract Notice or the relevant section of the site notice. 4C2: Bidders will be required to provide details of those individuals responsible for quality control in relation to this procurement exercise. 4C7: Bidders will be required to confirm what environmental management measures they will employ. 4C9: Bidders should provide details of relevant tools, plant or technical equipment available to you in relation to this procurement exercise. 4C10: Bidders will be required to confirm that whether they intend to subcontract and if so, for what proportion of the contract. Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). OR 2. The bidder must have the following: A documented policy regarding quality management. The policy must set out the responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 2
            }
        },
        "classification": {
            "id": "79620000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "The framework will end in 31 October 2026."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "SPD will be scored on a pass/fail basis. Question scoring methodology for Award Criteria outlined in Invitation to Tender. 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 1 - Poor. Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 2 - Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=538689. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (SC Ref:733093)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000703160"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000703160"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "CASE/386783",
            "suppliers": [
                {
                    "id": "org-123",
                    "name": "Genesis Personnel Limited"
                },
                {
                    "id": "org-124",
                    "name": "Seamariner Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "CASE/386783",
            "awardID": "CASE/386783",
            "status": "active",
            "dateSigned": "2022-11-22T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2022/S 000-022138"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "375",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "376",
                "measure": "smeBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "377",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "378",
                "measure": "foreignBidsFromNonEU",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "379",
                "measure": "electronicBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "380",
                "measure": "lowestValidBidValue",
                "value": 366349.17,
                "relatedLot": "1"
            },
            {
                "id": "381",
                "measure": "highestValidBidValue",
                "value": 382071.03,
                "relatedLot": "1"
            }
        ]
    }
}