{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000599664-2019-10-16T00:00:00Z",
    "date": "2019-10-16T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000599664",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-43",
            "name": "David MacBrayne HR (UK)Ltd",
            "identifier": {
                "legalName": "David MacBrayne HR (UK)Ltd"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "email": "june.cairns@calmac.co.uk",
                "telephone": "+44 1475650370",
                "faxNumber": "+44 1475650330",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Ferry Operator - Transport",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Ferry Operator - Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        },
        {
            "id": "org-44",
            "name": "David MacBrayne HR (UK) Limited",
            "identifier": {
                "legalName": "David MacBrayne HR (UK) Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "telephone": "+44 1475650370",
                "url": "http://www.calmac.co.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "David MacBrayne HR (UK)Ltd",
        "id": "org-43"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000599664",
        "title": "The Provision of Maritime Resource Management Training Courses",
        "description": "DML require a training provider to undertake training within the UK, who can deliver a Simulator led Maritime Resource Management programme to circa 339 Deck & Engine Officers, Skippers and up to 20 Shore Managers directly involved with Ship Management. DML therefore require an MRM course delivered at a rate of up to 6 courses per annum over 5 years. DML require the MRM course to be delivered in a period of up to five days.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "80531000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-11-19T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-11-19T12:00:00Z"
        },
        "documents": [
            {
                "id": "OCT369504",
                "documentType": "contractNotice",
                "title": "The Provision of Maritime Resource Management Training Courses",
                "description": "DML require a training provider to undertake training within the UK, who can deliver a Simulator led Maritime Resource Management programme to circa 339 Deck & Engine Officers, Skippers and up to 20 Shore Managers directly involved with Ship Management. DML therefore require an MRM course delivered at a rate of up to 6 courses per annum over 5 years. DML require the MRM course to be delivered in a period of up to five days.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT369504",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "David MacBrayne HR (UK) Ltd, a subsidiary of David MacBrayne Ltd, is seeking to enter into a contractual agreement with a suitably qualified and experienced Contractor to provide training courses for Maritime Resource Management Training. This service is required to be provided in the UK.. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
                "status": "active",
                "value": {
                    "amount": 500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Weighting",
                            "description": "60%"
                        },
                        {
                            "type": "price",
                            "description": "40%"
                        }
                    ]
                },
                "options": {
                    "description": "The contract will be for a 24 month period with an anticipated value of up to 200,000 GBP excl VAT. The option to extend is for up to 3 years and has an estimated total value of up to 300,000 GBP excl VAT (up to 100,000 GBP per year excl VAT) Total value is 500,000 GBP Exc VAT"
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for up to a further 3 years which may be split into 3 x 12 month extensions and is subject to need and supplier performance"
                }
            }
        ],
        "bidOpening": {
            "date": "2019-11-19T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Tenderers must pass the minimum standards sections of the ESPD (Scotland) Part 3, and sections B,C and D of Part 4 which will be scored on a Pass/Fail basis"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "III.1.1 of the notice is not applicable to this procurement exercise"
                },
                {
                    "type": "economic",
                    "description": "Please refer to these statements when completing section 4B of the ESPD (Scotland) Statement for 4B.4 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 Ration 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 4B 1.1 Bidders must provide its (\"general\") yearly turnover for the last 3 financial years Statement for 4B 5.1-3 It is a requirement for 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; Employer's (Compulsory) Liability Insurance = 5 Million GBP Public Liability Insurance = 5 Million GBP Professional Indemnity Insurance = 10 Million GBP"
                },
                {
                    "type": "technical",
                    "minimum": "Statement for 4C 6 : Bidders will be required to produce appropriate proof that they and/or the service provider hold Flag Authority, or equivalent, accreditation to provide Maritime Resource Management Training Statement for 4D 1 : Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards with BS EN ISO 9001:2015 (or equivalent) or produce other means of proof concerning the quality assurance schemes. Statement for 4D 1 : Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with health and safety standards in accordance with BS OHSAS 18001:2007 Health and Safety Management Systems or working towards ISO 45001:2018 Occupational Health and Safety Management System (or equivalent) or produce other means of proof concerning the health and safety standards. Statement for 4D 2 : 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."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "classification": {
            "id": "80500000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Award Criteria questions can be found in the ITT together with the weightings. Award scoring methodology will be the following; 0- Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 25 - 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. 50 - 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. 75 - 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. 100 - 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. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 14476. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:599664)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000599664"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}