Section one: Contracting authority
one.1) Name and addresses
CalMac Ferries Limited
The Ferry Terminal
Gourock
PA19 1QP
Contact
Garth Stokes
Telephone
+44 8000665000
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30761
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Framework Agreement for The Provision of Temporary Project Management Resource
Reference number
CSSP25-144
two.1.2) Main CPV code
- 72224000 - Project management consultancy services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £2,401,200
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Temporary Programme and Project Management Resource (General)
Lot No
1
two.2.2) Additional CPV code(s)
- 72224000 - Project management consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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
two.2.5) Award criteria
Quality criterion - Name: Technical & Quality / Weighting: 40
Price - Weighting: 60
two.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.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Full details provided within Tender documents
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
two.2) Description
two.2.1) Title
Temporary IT Programme and Project Management Resource
Lot No
2
two.2.2) Additional CPV code(s)
- 72224000 - Project management consultancy services
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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
two.2.5) Award criteria
Quality criterion - Name: Technical & Quality / Weighting: 40
Price - Weighting: 60
two.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.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 6
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.1.1) 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.
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly 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
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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 several operators
Envisaged maximum number of participants to the framework agreement: 3
In the case of framework agreements, provide justification for any duration exceeding 4 years:
N/A
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
9 January 2026
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
30 January 2026
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: 1 June 2026
Section six. Complementary information
six.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.
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 30733. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:817594)
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court
Greenock
PA15 1TR
Country
United Kingdom