Contract notice
Section I: Contracting
authority
I.1) Name and addresses
CalMac Ferries Limited
The Ferry Terminal
Gourock
PA19 1QP
UK
Contact person: Garth Stokes
Telephone: +44 8000665000
E-mail: garth.stokes@calmac.co.uk
NUTS: UK
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=AA30761
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Ferry Operator
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Framework Agreement for The Provision of Temporary Project Management Resource
Reference number: CSSP25-144
II.1.2) Main CPV code
72224000
II.1.3) Type of contract
Services
II.1.4) Short description
CFL is seeking to appoint three project and programme management agencies or consultancies for each Lot onto a Framework Agreement to provide flexible short-term and interim support resources across several key delivery roles.
When the requirement for additional resource is identified it is a requirement that the most suitably identified person will provide full-time support throughout the duration of the assignment.
Resources must be pre-vetted, possess the relevant professional qualifications for the respective role and be available at short notice (within 1 month) for assignments up to 6 months.
II.1.5) Estimated total value
Value excluding VAT:
2 401 200.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Temporary Programme and Project Management Resource (General)
II.2.2) Additional CPV code(s)
72224000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
CFL is seeking to appoint three project and programme management agencies or consultancies for each Lot onto a Framework Agreement to provide flexible short-term and interim support resources across several key delivery roles.
When the requirement for additional resource is identified it is a requirement that the most suitably identified person will provide full-time support throughout the duration of the assignment.
Resources must be pre-vetted, possess the relevant professional qualifications for the respective role and be available at short notice (within 1 month) for assignments up to 6 months.
Within this lot, the following resource areas may be sought:
- Programme management resources
- Project management resources
- Business analyst resources
- Change management resources
- PMO analyst resources
- Consultancy advice
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical & Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
There will be the option to extend by up to a further 24 months which may be split into smaller periods.
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
Full details provided within Tender documents
II.2.10) Information about variants
Variants will be accepted:
No
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
Lot No: 2
II.2.1) Title
Temporary IT Programme and Project Management Resource
II.2.2) Additional CPV code(s)
72224000
72000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
CFL is seeking to appoint three project and programme management agencies or consultancies for each Lot onto a Framework Agreement to provide flexible short-term and interim support resources across several key delivery roles.
When the requirement for additional resource is identified it is a requirement that the most suitably identified person will provide full-time support throughout the duration of the assignment.
Resources must be pre-vetted, possess the relevant professional qualifications for the respective role and be available at short notice (within 1 month) for assignments up to 6 months.
Within this lot, the following resource areas may be sought:
- IT programme management resources
- IT project management resources
- Test manager resources
- Systems / data architect resources
- Technical business analyst resources
- Consultancy advice
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical & Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
There will be the option to extend by up to a further 24 months which may be split into smaller periods.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Economic Operators will be evaluated in accordance with the Public Contracts Scotland) Regulations 2015 on the basis of information provided within the ESPD.
III.1.2) Economic and financial standing
Minimum level(s) of standards required:
1- Return on Capital Employed: must be at a ratio greater than “0”
2- Acid Test (Current Ratio): Current Ratio must be greater than “1”
3- Gearing: Gearing must be a figure of less than 100%
4- Interest Coverage: Interest Coverage must be a figure of 2 or above
Employer’s Liability Insurance = GBP 1 Million
Professional Indemnity Insurance = GBP 1 Million
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 3
Justification for any framework agreement duration exceeding 4 years: N/A
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/01/2026
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
30/01/2026
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
01/06/2026
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Upon completion of all applicable Terms this Framework may be re-tendered.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 30733. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:817594)
VI.4) Procedures for review
VI.4.1) Review body
Greenock Sheriff Court
Greenock
PA15 1TR
UK
VI.5) Date of dispatch of this notice
10/12/2025