Award

Temporary Crewing Framework

SCOTTISH GOVERNMENT

This public procurement record has 2 releases in its history.

Award

03 Nov 2025 at 15:41

Tender

04 Jul 2025 at 09:34

Summary of the contracting process

The Scottish Government, through Marine Scotland, has awarded a Temporary Crewing Framework for the supply of personnel services. The framework, active from 8th October 2025, was granted to Cammach Bryant Limited as the Lead Service Provider and Intermarine UK Limited as the Reserve Service Provider. It covers regions in the United Kingdom, with a contract value of £7,700,000. This procurement follows the open procedure under CELEX 32014L0024 and is classified under CPV code 79620000. The framework is set for a period of 36 months, starting from 1st November 2025, with an option to extend by another 12 months. This contract stage is complete, and it was designed to ensure minimal disruption by appointing a second-ranked contractor. Key quality criteria included understanding business needs, delivery, and contract management.

This tender presents significant opportunities for businesses within the maritime crewing services sector, particularly those with Maritime & Coastguard Certification. With a substantial contract value and the necessity for quality assurance, risk management, and adherence to community benefits and fair work practices, this framework could bolster business growth for firms adept at supplying skilled temporary personnel. SMEs like Cammach Bryant and Intermarine UK Limited have proven successful in gaining contracts, indicating that small to medium enterprises with robust service delivery and compliance standards stand a good chance in such competitive tenders.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Temporary Crewing Framework

Notice Description

Scottish Ministers, acting through Marine Scotland, is seeking to establish a multi-supplier framework for the provision of a Temporary Crewing Framework.

Lot Information

Lot 1

Scottish Ministers, acting through Marine Scotland, is seeking to establish a multi-supplier framework for the provision of temporary Crewing. This framework will be awarded to a maximum of 2 contractors. The framework will be ranked and it remains appropriate to have a second ranked contractor to minimise any disruption to the crewing requirements.

Options: The contract period is 36 months from 01/11/2025 to 31/10/2028. The Purchaser may extend the contract by a further 12 months from 01/11/2028 to 31/10/2029.

Renewal: The contract may be extended by a further 12 months

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0558dc
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/070543-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79620000 - Supply services of personnel including temporary staff

Notice Value(s)

Tender Value
£7,700,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£7,700,000 £1M-£10M

Notice Dates

Publication Date
3 Nov 20253 months ago
Submission Deadline
4 Aug 2025Expired
Future Notice Date
Not specified
Award Date
7 Oct 20254 months ago
Contract Period
Not specified - Not specified
Recurrence
This is an ongoing requirement with further notices expected prior to the expiry of the contract. i.e. 32-45 months (subject to contract extension).

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SCOTTISH GOVERNMENT
Contact Name
Not specified
Contact Email
campbell.forsyth2@gov.scot
Contact Phone
Not specified

Buyer Location

Locality
GLASGOW
Postcode
G2 8LU
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM Scotland

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North

Supplier Information

Number of Suppliers
2
Supplier Names

CAMMACH BRYANT

INTERMARINE

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0558dc-2025-11-03T15:41:05Z",
    "date": "2025-11-03T15:41:05Z",
    "ocid": "ocds-h6vhtk-0558dc",
    "description": "This framework has been awarded to two economic operators: Cammach Bryant Limited shall be the Lead Service Provider. Intermarine UK Limited shall be the Reserve Service Provider. (SC Ref:812472)",
    "initiationType": "tender",
    "tender": {
        "id": "CASE / 788769",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Temporary Crewing Framework",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79620000",
            "description": "Supply services of personnel including temporary staff"
        },
        "mainProcurementCategory": "services",
        "description": "Scottish Ministers, acting through Marine Scotland, is seeking to establish a multi-supplier framework for the provision of a Temporary Crewing Framework.",
        "value": {
            "amount": 7700000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Scottish Ministers, acting through Marine Scotland, is seeking to establish a multi-supplier framework for the provision of temporary Crewing. This framework will be awarded to a maximum of 2 contractors. The framework will be ranked and it remains appropriate to have a second ranked contractor to minimise any disruption to the crewing requirements.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Understanding of Business",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Delivery of Requirements",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "name": "Contract Management",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Quality Assurance & Risk Managment",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Climate Emergency",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Community Benefits",
                            "type": "quality",
                            "description": "2.5"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Business Continuity & Disaster Recovery",
                            "type": "quality",
                            "description": "2.5"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract may be extended by a further 12 months"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "status": "cancelled",
                "options": {
                    "description": "The contract period is 36 months from 01/11/2025 to 31/10/2028. The Purchaser may extend the contract by a further 12 months from 01/11/2028 to 31/10/2029."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79620000",
                        "description": "Supply services of personnel including temporary staff"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "communication": {
            "atypicalToolUrl": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Bidders must be Maritime & Coastguard Certified (MLC Certificate of Conformity). A copy of the certificate will be required with the bid.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "4B.4 - Financial Ratios 4B.5.1a/b and 4B.5.2 - Insurance",
                    "minimum": "4B.4 - Bidders must demonstrate a Current Ratio of not less than 1.1 Current Ratio will be calculated as follows: Total Current Assets divided by Total current liabilities. There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing. 4B.5.1 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: 4B.5.1b - Employer's (Compulsory) Liability Insurance In accordance with the legal obligation for the time being enforced. 4B.5.2 - Public Liability Insurance (including Abuse Liability) in the value of not less than 5,000,000 GBP",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "4C.1.2 - Relevant Experience 4C.2.1 - Details of Technicians / Technical Bodies 4C.4 - Supply Chain Management/Tracking Systems Used 4C.7 - Environmental Management 4C.10 - Proportion (%) to be Sub-Contracted 4D.1 - Quality Management Procedures",
                    "minimum": "C.1.2 - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies within the past three years. 4C.1.1 - Maritime & Coastguard Agency Certified (MLC Certificate of Conformity). Copy of certificate required 4C.4 - If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a. their standard payment terms b. >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance. Note: Accepted evidence includes but is not limited to: - extract of terms & conditions detailing standard payment terms - a summarised accounts payable report showing payment on time performance - credit report 4C.7 - Bidders are required to provide details of the environmental management measures which will be available when performing the contract: 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.1 - Bidders must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 2
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-08-04T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2025-08-04T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2025-08-04T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "recurrence": {
            "description": "This is an ongoing requirement with further notices expected prior to the expiry of the contract. i.e. 32-45 months (subject to contract extension)."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-1538",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "5 Atlantic Quay, 150 Broomielaw",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G2 8LU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "campbell.forsyth2@gov.scot",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.scotland.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-404",
            "name": "Edinburgh Sheriff Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-165525",
            "name": "Cammach Bryant",
            "identifier": {
                "legalName": "Cammach Bryant"
            },
            "address": {
                "streetAddress": "70 Queens Road",
                "locality": "Aberdeen",
                "region": "UK",
                "postalCode": "AB15 4YE",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-165526",
            "name": "Intermarine UK Limited",
            "identifier": {
                "legalName": "Intermarine UK Limited"
            },
            "address": {
                "streetAddress": "c/o Geldards Llp, 4 Capital Quarter, Tyndall Street Cardiff, UK CF10 4BZ",
                "locality": "Cardiff",
                "region": "UK",
                "postalCode": "CF10 4BZ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1538",
        "name": "Scottish Government"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000803386"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "070543-2025-CASE/788769-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-165525",
                    "name": "Cammach Bryant"
                },
                {
                    "id": "GB-FTS-165526",
                    "name": "Intermarine UK Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "070543-2025-CASE/788769-1",
            "awardID": "070543-2025-CASE/788769-1",
            "status": "active",
            "value": {
                "amount": 7700000,
                "currency": "GBP"
            },
            "dateSigned": "2025-10-08T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}