{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000623063-2020-06-11T00:00:00Z",
    "date": "2020-06-11T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000623063",
    "initiationType": "tender",
    "parties": [
        {
            "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": "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-6",
            "name": "Sheriff Court House",
            "identifier": {
                "legalName": "Sheriff Court House"
            },
            "address": {
                "streetAddress": "Buccleuch Street",
                "locality": "Dumfries",
                "postalCode": "DG1 2AN"
            },
            "contactPoint": {
                "email": "dumfries@scotcourts.gov.uk",
                "telephone": "+44 1387262357",
                "url": "http://www.nhsdg.scot.nhs.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "CalMac Ferries Limited",
        "id": "org-36"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000623063",
        "title": "Management Academy Training Courses",
        "description": "The provision of Management Academy training Courses to David MacBrayne HR (UK) Ltd.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 200000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2020-07-13T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN388192",
                "documentType": "contractNotice",
                "title": "Management Academy Training Courses",
                "description": "The provision of Management Academy training Courses to David MacBrayne HR (UK) Ltd.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN388192",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "David MacBrayne HR (UK) Ltd (DML) is seeking a supplier who is capable of providing Management Academy Training Courses, tailored to our requirements. The courses involved are as follows; - Role of the Manager - performance Management - Managing Attendance - Recruitment and Selection - Communication Skills for Managers A Framework Agreement will be put in place and training courses will be called off as and when required.. 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": "active",
                "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 12 month period."
                }
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true,
            "invitationDate": "2020-07-31T00:00:00Z"
        },
        "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": "4C1.2 of the ESPD (Weighting 100%) - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the training as described in part II.2.4 of the OJEU Contract Notice. Examples should be from the last 3 years and be per course as follows: -Role of the Manager - 20% -Performance Management - 20% -Managing Attedance - 20% -Recruitment and Selection - 20% -Communication Skills for Managers - 20% Q4C.6 of the ESPD (Weighting Pass/Fail) 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. 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
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "classification": {
            "id": "80000000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "6 months before contract end date"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "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. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 16413. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:623063)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000623063"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}