Tender

Managed Network Partner Service

  • CalMac Ferries Limited

F02: Contract notice

Notice identifier: 2025/S 000-037384

Procurement identifier (OCID): ocds-h6vhtk-055903

Published 4 July 2025, 12:01pm



Section one: Contracting authority

one.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

Contact

Ruairidh Black

Email

ruairidh.black@calmac.co.uk

Telephone

+44 07974884681

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.calmac.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Ferry Operator


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Managed Network Partner Service

two.1.2) Main CPV code

  • 72720000 - Wide area network services

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £7,574,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72720000 - Wide area network services
  • 72710000 - Local area network services
  • 72700000 - Computer network services
  • 72511000 - Network management software services
  • 72315000 - Data network management and support services
  • 72212219 - Miscellaneous networking software development services
  • 64214000 - Dedicated-business telephone network services
  • 64213000 - Shared-business telephone network services
  • 50334110 - Telephone network maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.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.

two.2.5) Award criteria

Quality criterion - Name: Technical / Quality / Weighting: 70

Price - Weighting: 30

two.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.

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

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly 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

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

three.2.2) Contract performance conditions

As defined in the Requirement Specification

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

This Agreement is of long-term strategic importance to CalMac Ferries Ltd.

four.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

four.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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

6 August 2025

Local time

12:00pm

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

22 August 2025

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 30 January 2026


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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)

six.4) Procedures for review

six.4.1) Review body

Greenock Sherift Court

1 Nelson Street

Greenock

PA15 1TR

Country

United Kingdom