Tender

Framework Agreement for The Provision of Temporary Project Management Resource

  • CalMac Ferries Limited

F02: Contract notice

Notice identifier: 2025/S 000-081455

Procurement identifier (OCID): ocds-h6vhtk-05f2ab

Published 10 December 2025, 12:11pm



Section one: Contracting authority

one.1) Name and addresses

CalMac Ferries Limited

The Ferry Terminal

Gourock

PA19 1QP

Contact

Garth Stokes

Email

garth.stokes@calmac.co.uk

Telephone

+44 8000665000

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.calmac.co.uk

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