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

Managed Network Partner Service

  • First published: 14 July 2025
  • Last modified: 14 July 2025
  • 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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-055903
Published by:
CalMac Ferries Limited
Authority ID:
AA21565
Publication date:
14 July 2025
Deadline date:
06 August 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This Tender defines the requirements for a Managed Network Partner Service for CalMac Ferries Ltd, aimed at securing a partnership with an organisation experienced in Corporate IT environments and providing service to remote locations. The service will include network design, build and operations to ensure continuous management, monitoring and field support of the critical infrastructure supporting business operations and customer connectivity at ports, offices, and vessels which operates 24x7x365.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

UK

Contact person: Ruairidh Black

Telephone: +44 07974884681

E-mail: ruairidh.black@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.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

Managed Network Partner Service

II.1.2) Main CPV code

72720000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This Tender defines the requirements for a Managed Network Partner Service for CalMac Ferries Ltd, aimed at securing a partnership with an organisation experienced in Corporate IT environments and providing service to remote locations. The service will include network design, build and operations to ensure continuous management, monitoring and field support of the critical infrastructure supporting business operations and customer connectivity at ports, offices, and vessels which operates 24x7x365.

II.1.5) Estimated total value

Value excluding VAT: 7 574 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

72720000

72710000

72700000

72511000

72315000

72212219

64214000

64213000

50334110

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

This Tender defines the requirements for a Managed Network Partner Service for CalMac Ferries Ltd, aimed at securing a partnership with an organisation experienced in Corporate IT environments and providing service to remote locations. The service will include network design, build and operations to ensure continuous management, monitoring and field support of the critical infrastructure supporting business operations and customer connectivity at ports, offices, and vessels which operates 24x7x365.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The initial term will be 5 years, there will then be the option to extend by up to an additional 48 months.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

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.1.2) Economic and financial standing

Minimum level(s) of standards required:

Employer’s Liability Insurance = GBP 5 Million

Public Liability Insurance = GBP 5 Million

Professional Indemnity Insurance = GBP 5 Million

Product Liability Insurance= GBP 5 Million

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

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

III.2.2) Contract performance conditions

As defined in the Requirement Specification

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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 a single operator.

Justification for any framework agreement duration exceeding 4 years: This Agreement is of long-term strategic importance to CalMac Ferries Ltd.

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: 06/08/2025

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 22/08/2025

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: 30/01/2026

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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 29624. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

Not applicable to this service.

(SC Ref:803477)

VI.4) Procedures for review

VI.4.1) Review body

Greenock Sherift Court

1 Nelson Street

Greenock

PA15 1TR

UK

VI.5) Date of dispatch of this notice

04/07/2025

Coding

Commodity categories

ID Title Parent category
72700000 Computer network services IT services: consulting, software development, Internet and support
72315000 Data network management and support services Data-processing services
64214000 Dedicated-business telephone network services Telephone and data transmission services
72710000 Local area network services Computer network services
72212219 Miscellaneous networking software development services Programming services of application software
72511000 Network management software services Computer-related management services
64213000 Shared-business telephone network services Telephone and data transmission services
50334110 Telephone network maintenance services Repair and maintenance services of line telephony and line telegraphy equipment
72720000 Wide area network services Computer network 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:
ruairidh.black@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.