Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

The Provision of External Coaching Services

  • First published: 28 May 2022
  • Last modified: 28 May 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-02b919
Published by:
CalMac Ferries Limited
Authority ID:
AA21565
Publication date:
28 May 2022
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

While the principal contracting entity is DML HR, it is envisioned that services will be provided across the DML Group of companies and primarily to target groups of staff in CalMac Ferries Limited, (CFL).

CFL is the operator of the Clyde & Hebrides Ferry Service, a multi-award-winning ferry & port operator and ship management specialist. CFL provides essential lifeline services and logistical support to island and remote communities on the West Cost of Scotland.

Within CalMac Ferries, as with many Public Sector organisations, there is a reliance on strong leadership and management to ensure that organisational goals are achieved.

As such, Leadership Development is provided for target groups of staff to ensure their development as leaders and managers is continually supported.

Whilst CFL delivers internal coaching opportunities, it has been identified that the provision of expert coaching services from an external service provider with a proven track record of delivery is required. This will help to ensure that top talent, emerging talent and key post holders are appropriately equipped to manage the demands and challenges of their roles, particularly in an environment of change and disruption.

The term of contract will be for a period of two (2) years with the option to extend for up to a further two (2) years in 12-month increments.

The contract is for the delivery of Coaching services for talent that supports the continuous development of the Organisation and includes the provision of:

- Executive Coaching services and support for Executive Directors

- Leadership and management Coaching services on a one to one basis for leaders and managers identified as top talent in line with the Organisation’s values and behaviours

- Ad hoc Coaching services for specific challenges identified through talent, succession and excelling performance discussions

- Tailored Coaching services on a group/team basis

- Provision of Coaching tools and techniques to optimise development

- Insight and sharing of current tools, techniques and thinking to ensure new development and trends are adopted as part of the coaching culture and application of best practice coaching

- Coaching services provided virtually and in person at agreed locations across our organisation geography (typically the West Coast of Scotland)

- Coach/Coachee agreements, contract performance and financial reporting against the agreed contract

The Service provider must have:

- a track record of high-performance delivery to executive directors, senior managers and emerging talent

- the ability to provide flexible and tailored services to maximise benefit to the organisation

- access to a wide range of resources (coaches and coaching tools) that can be relied upon to provide a comprehensive service offering

- a clear process in place by which coaches are matched to individuals

- a clear method of coaching process including chemistry meetings and establishing a coaching contract that is agreed between the coach, individual being coached and the line manager

- high professional integrity in relation to coaching experience

Pricing shall be fixed for the first 2 years following which price variations shall be limited to a maximum of CPI.

Those suppliers passing the SPD stage may be required to make a presentation of their Tender submission. Although the presentation is not scored it will be used to clarify offers and could result in scores changing as a result of the clarification provided.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

UK

Contact person: Alison Ure

Telephone: +44 1475650243

E-mail: alison.ure@calmac.co.uk

NUTS: UKM

Internet address(es)

Main address: http://www.calmac.co.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Transport - Ferry Operator

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

The Provision of External Coaching Services

Reference number: CSHR21-445

II.1.2) Main CPV code

80500000

 

II.1.3) Type of contract

Services

II.1.4) Short description

David MacBrayne Limited (DML) is the parent company of CalMac Ferries Ltd, which in turn is supported by a human resource subsidiary, David MacBrayne HR (UK) Ltd (DML HR).

DML HR are seeking to appoint an experienced supplier to deliver expert Leadership Development Coaching for target groups of staff to ensure their development as leaders and managers is continually supported.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 120 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

80500000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

West Coast of Scotland

II.2.4) Description of the procurement

While the principal contracting entity is DML HR, it is envisioned that services will be provided across the DML Group of companies and primarily to target groups of staff in CalMac Ferries Limited, (CFL).

CFL is the operator of the Clyde & Hebrides Ferry Service, a multi-award-winning ferry & port operator and ship management specialist. CFL provides essential lifeline services and logistical support to island and remote communities on the West Cost of Scotland.

Within CalMac Ferries, as with many Public Sector organisations, there is a reliance on strong leadership and management to ensure that organisational goals are achieved.

As such, Leadership Development is provided for target groups of staff to ensure their development as leaders and managers is continually supported.

Whilst CFL delivers internal coaching opportunities, it has been identified that the provision of expert coaching services from an external service provider with a proven track record of delivery is required. This will help to ensure that top talent, emerging talent and key post holders are appropriately equipped to manage the demands and challenges of their roles, particularly in an environment of change and disruption.

The term of contract will be for a period of two (2) years with the option to extend for up to a further two (2) years in 12-month increments.

The contract is for the delivery of Coaching services for talent that supports the continuous development of the Organisation and includes the provision of:

- Executive Coaching services and support for Executive Directors

- Leadership and management Coaching services on a one to one basis for leaders and managers identified as top talent in line with the Organisation’s values and behaviours

- Ad hoc Coaching services for specific challenges identified through talent, succession and excelling performance discussions

- Tailored Coaching services on a group/team basis

- Provision of Coaching tools and techniques to optimise development

- Insight and sharing of current tools, techniques and thinking to ensure new development and trends are adopted as part of the coaching culture and application of best practice coaching

- Coaching services provided virtually and in person at agreed locations across our organisation geography (typically the West Coast of Scotland)

- Coach/Coachee agreements, contract performance and financial reporting against the agreed contract

The Service provider must have:

- a track record of high-performance delivery to executive directors, senior managers and emerging talent

- the ability to provide flexible and tailored services to maximise benefit to the organisation

- access to a wide range of resources (coaches and coaching tools) that can be relied upon to provide a comprehensive service offering

- a clear process in place by which coaches are matched to individuals

- a clear method of coaching process including chemistry meetings and establishing a coaching contract that is agreed between the coach, individual being coached and the line manager

- high professional integrity in relation to coaching experience

Pricing shall be fixed for the first 2 years following which price variations shall be limited to a maximum of CPI.

Those suppliers passing the SPD stage may be required to make a presentation of their Tender submission. Although the presentation is not scored it will be used to clarify offers and could result in scores changing as a result of the clarification provided.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 50

Price / Weighting:  50

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

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.

CFL reserves the right to award additional services in accordance with regulation 33(8) of the

Public Contracts (Scotland) Regulations 2015.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-012712

Section V: Award of contract

Contract No: CSHR21-445

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

28/04/2022

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

The Taylor Clarke Partnership Ltd

20-23 Woodside Place

Glasgow

G3 7QL

UK

Telephone: +44 1412211707

Fax: +44 1412216266

NUTS: UKM82

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 120 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

DML HR reserves the right to Down Select to two Bidders once the first submission within the ITT has been scored with only the two highest scoring Tenderers being invited to negotiate at DML HR's sole discretion.

DML HR conditions of the procurement will be published in the ITT. In the meantime Economic Operators 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. Economic Operators may be excluded from this competition if the Economic Operator 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 Economic Operator;

DML HR 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 DML HR may need to be disclosed and/or published by it in response to a request under FOISA or the EIRs; and

-Economic Operators will remain responsible for all costs and expenses incurred by them in connection with this competition. DML HR will not be liable to reimburse or compensate any costs incurred in connection with an Economic Operator’s participation in this competition, including any costs or other liability in respect of the cancellation of the process.”

The award criteria questions and weightings will be published in the ITT. Bidders will be expected to demonstrate Coaching capability.

Award criteria scoring will be the following:

0 Unacceptable; 25 Poor; 50 Acceptable; 75 Good; 100 Excellent. Full definitions of the scoring are provided in the ITT.

Bidders should note that DML HR intends to ask relevant award questions at the ITT stage. These ITT questions shall be grouped as either belonging to mandatory Pass/Fail type questions or questions which shall be scored and weighted.

Where a supplier has been assessed to have failed a Pass/Fail question their tender submission shall be deemed non-compliant and excluded from that point forward within the ITT process. For information only.

The buyer reserves the right to fully validate a Tender response following the first submission of Tenders and before Contract award.

(SC Ref:695048)

VI.4) Procedures for review

VI.4.1) Review body

Greenock Sheriff Court

Sheriff Court House, 1 Nelson Street

Greenock

PA15 1TR

UK

Telephone: +44 01475787073

E-mail: greenock@scotcourts.gov.uk

Fax: +44 01475720965

Internet address(es)

URL: https://www.scotcourts.gov.uk/the-courts/court-locations/greenock-sheriff-court-and-justice-of-the-peace-court

VI.5) Date of dispatch of this notice

27/05/2022

Coding

Commodity categories

ID Title Parent category
80500000 Training services Education and training services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
alison.ure@calmac.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.