Buyer Name: Scottish Government
Buyer Address: 5 Atlantic Quay, 150 Broomielaw, Glasgow, UKM, G2 8LU, United Kingdom
Contact Email: campbell.forsyth2@gov.scot
Buyer Name: Scottish Government
Buyer Address: 5 Atlantic Quay, 150 Broomielaw, Glasgow, UKM, G2 8LU, United Kingdom
Contact Email: campbell.forsyth2@gov.scot
Scottish Ministers, acting through Marine Scotland, is seeking to establish a multi-supplier framework for the provision of a Temporary Crewing Framework.
No linked documents found for this notice.
Lot Description: Scottish Ministers, acting through Marine Scotland, is seeking to establish a multi-supplier framework for the provision of temporary Crewing. This framework will be awarded to a maximum of 2 contractors. The framework will be ranked and it remains appropriate to have a second ranked contractor to minimise any disruption to the crewing requirements.
Lot 1 Status: active
Lot 1 Has Options: No
Lot 1 Award Criterion (quality): Understanding of Business
Lot 1 Award Criterion (quality): Delivery of Requirements
Lot 1 Award Criterion (quality): Contract Management
Lot 1 Award Criterion (quality): Quality Assurance & Risk Managment
Lot 1 Award Criterion (quality): Climate Emergency
Lot 1 Award Criterion (quality): Community Benefits
Lot 1 Award Criterion (quality): Fair Work First
Lot 1 Award Criterion (quality): Business Continuity & Disaster Recovery
{
"buyer": {
"id": "GB-FTS-1538",
"name": "Scottish Government"
},
"date": "2025-07-04T10:34:22+01:00",
"description": "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.\nSingle Procurement Document will be scored on a pass/fail basis.\nAward Criteria Questions can be found in the ITT together with the weightings.\nQuestion scoring methodology for award criteria outlined in Invitation to Tender.\nBidders must complete the SPD (Scotland) to demonstrate adherence to the exclusion and selection criteria for this procurement.\nThe buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29611. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nA sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nExamples of Community Benefit categories could be:\n- targeted employment support, recruitment and work-related training for priority groups within the community (for example long-term unemployed and young people) as part of your proposed workforce for this project;\n- support for existing Charity and Third Sector Organisations that deliver benefits to the communities\n- use of SMEs or supported businesses as part of your supply chain\n- up-skilling the existing workforce;\n- equality and diversity initiatives;\n- educational support initiatives.\nNote: This list is not exhaustive.\n(SC Ref:803386)",
"id": "037331-2025",
"initiationType": "tender",
"language": "en",
"links": [
{
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000803386",
"rel": "canonical"
}
],
"ocid": "ocds-h6vhtk-0558dc",
"parties": [
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G2 8LU",
"region": "UKM",
"streetAddress": "5 Atlantic Quay, 150 Broomielaw"
},
"contactPoint": {
"email": "campbell.forsyth2@gov.scot",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"details": {
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482",
"classifications": [
{
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions",
"id": "MINISTRY",
"scheme": "TED_CA_TYPE"
},
{
"description": "General public services",
"id": "01",
"scheme": "COFOG"
}
],
"url": "http://www.scotland.gov.uk"
},
"id": "GB-FTS-1538",
"identifier": {
"legalName": "Scottish Government"
},
"name": "Scottish Government",
"roles": [
"buyer",
"centralPurchasingBody"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"streetAddress": "27 Chambers Street"
},
"id": "GB-FTS-404",
"identifier": {
"legalName": "Edinburgh Sheriff Court"
},
"name": "Edinburgh Sheriff Court",
"roles": [
"reviewBody"
]
}
],
"tag": [
"tender"
],
"tender": {
"awardPeriod": {
"startDate": "2025-08-04T12:00:00+01:00"
},
"bidOpening": {
"date": "2025-08-04T12:00:00+01:00"
},
"classification": {
"description": "Supply services of personnel including temporary staff",
"id": "79620000",
"scheme": "CPV"
},
"communication": {
"atypicalToolUrl": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicOrdering": true,
"hasElectronicPayment": true
},
"coveredBy": [
"GPA"
],
"description": "Scottish Ministers, acting through Marine Scotland, is seeking to establish a multi-supplier framework for the provision of a Temporary Crewing Framework.",
"hasRecurrence": true,
"id": "CASE / 788769",
"items": [
{
"additionalClassifications": [
{
"description": "Supply services of personnel including temporary staff",
"id": "79620000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "10",
"name": "Understanding of Business",
"type": "quality"
},
{
"description": "40",
"name": "Delivery of Requirements",
"type": "quality"
},
{
"description": "15",
"name": "Contract Management",
"type": "quality"
},
{
"description": "15",
"name": "Quality Assurance \u0026 Risk Managment",
"type": "quality"
},
{
"description": "5",
"name": "Climate Emergency",
"type": "quality"
},
{
"description": "2.5",
"name": "Community Benefits",
"type": "quality"
},
{
"description": "10",
"name": "Fair Work First",
"type": "quality"
},
{
"description": "2.5",
"name": "Business Continuity \u0026 Disaster Recovery",
"type": "quality"
},
{
"description": "40",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"description": "Scottish Ministers, acting through Marine Scotland, is seeking to establish a multi-supplier framework for the provision of temporary Crewing. This framework will be awarded to a maximum of 2 contractors. The framework will be ranked and it remains appropriate to have a second ranked contractor to minimise any disruption to the crewing requirements.",
"hasOptions": false,
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "The contract may be extended by a further 12 months"
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
}
}
],
"mainProcurementCategory": "services",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"recurrence": {
"description": "This is an ongoing requirement with further notices expected prior to the expiry of the contract. i.e. 32-45 months (subject to contract extension)."
},
"selectionCriteria": {
"criteria": [
{
"appliesTo": [
"supplier"
],
"description": "Bidders must be Maritime \u0026 Coastguard Certified (MLC Certificate of Conformity). A copy of the certificate will be required with the bid.",
"type": "suitability"
},
{
"appliesTo": [
"supplier"
],
"description": "4B.4 - Financial Ratios\n4B.5.1a/b and 4B.5.2 - Insurance",
"minimum": "4B.4 - Bidders must demonstrate a Current Ratio of not less than 1.1\nCurrent Ratio will be calculated as follows:\nTotal Current Assets divided by Total current liabilities.\nThere must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.\n4B.5.1 - 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 and levels of insurance indicated below:\n4B.5.1b - Employer\u2019s (Compulsory) Liability Insurance In accordance with the legal obligation for the time being enforced.\n4B.5.2 - Public Liability Insurance (including Abuse Liability) in the value of not less than 5,000,000 GBP",
"type": "economic"
},
{
"appliesTo": [
"supplier"
],
"description": "4C.1.2 - Relevant Experience\n4C.2.1 - Details of Technicians / Technical Bodies\n4C.4 - Supply Chain Management/Tracking Systems Used\n4C.7 - Environmental Management\n4C.10 - Proportion (%) to be Sub-Contracted\n4D.1 - Quality Management Procedures",
"minimum": "C.1.2 - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies within the past three years.\n4C.1.1 - Maritime \u0026 Coastguard Agency Certified (MLC Certificate of Conformity). Copy of certificate required\n4C.4 - If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:\na. their standard payment terms\nb. \u226595% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.\nIf the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.\nNote:\nAccepted evidence includes but is not limited to:\n- extract of terms \u0026 conditions detailing standard payment terms\n- a summarised accounts payable report showing payment on time performance\n- credit report\n4C.7 - Bidders are required to provide details of the environmental management measures which will be available when performing the contract:\n4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.\n4D.1 - Bidders must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).",
"type": "technical"
}
]
},
"status": "active",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"submissionTerms": {
"bidValidityPeriod": {
"durationInDays": 180
},
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"maximumParticipants": 2
},
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2025-08-04T12:00:00+01:00"
},
"title": "Temporary Crewing Framework",
"value": {
"amount": 7700000,
"currency": "GBP"
}
}
}