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 Notice

Framework Agreement for The Provision of Temporary Project Management Resource

  • First published: 11 December 2025
  • Last modified: 11 December 2025
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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:
Published by:
CalMac Ferries Limited
Authority ID:
AA21565
Publication date:
11 December 2025
Deadline date:
09 January 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
72224000 Project management consultancy services Systems and technical consultancy 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:
garth.stokes@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.