Tender

Managed Security Services

CALMAC FERRIES LIMITED

This public procurement record has 1 release in its history.

Tender

02 Sep 2025 at 00:00

Summary of the contracting process

CalMac Ferries Limited is inviting tenders for a contract titled "Managed Security Services" with the aim of appointing a single supplier to deliver comprehensive managed cyber security services. This public procurement process, located in Scotland (UKM region), falls under the service industry category with a CPV classification of 72000000. The procurement is currently at the tender stage, with a competitive procedure that involves negotiation. All submissions must be made electronically by 12:00 on 2nd October 2025, marking the end of the tender period. The buyer, CalMac Ferries Limited, identified through their Ferry Terminal office in Gourock, acts as a central purchasing body alongside the review body, the Scottish Courts and Tribunals Services.

This tender represents a significant opportunity for businesses in the cyber security sector. Companies that can demonstrate a strong track record in managed security services and satisfy the economic and risk indemnity selection criteria are well-suited. With quality and price as key award criteria (weighted at 30% and 70% respectively), this procurement invites businesses capable of providing high-value, cost-effective security solutions. The contract offers growth potential with a two-year period plus options for two 12-month extensions, providing long-term engagement for the successful bidder. This competitive process will allow businesses to expand their service portfolio and client base in the public sector market.

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

Managed Security Services

Notice Description

CFL seeks to appoint a single Supplier to provide comprehensive managed cyber security services.

Lot Information

Lot 1

CFL seeks to appoint a single Supplier to provide comprehensive managed cyber security services.

Renewal: Two 12-month extension options

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000808582
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP538233
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Sep 20255 months ago
Submission Deadline
2 Oct 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CALMAC FERRIES LIMITED
Contact Name
Ryan Armour
Contact Email
ryan.armour@calmac.co.uk
Contact Phone
+44 1475650230

Buyer Location

Locality
GOUROCK
Postcode
PA19 1QP
Post Town
Paisley
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
Delivery Location
TLM Scotland

Local Authority
Inverclyde
Electoral Ward
Inverclyde West
Westminster Constituency
Inverclyde and Renfrewshire West

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-r6ebe6-0000808582-2025-09-02T00:00:00Z",
    "date": "2025-09-02T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000808582",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-38",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "name": "Ryan Armour",
                "email": "Ryan.Armour@calmac.co.uk",
                "telephone": "+44 1475650230",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Ferry Operator",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Ferry Operator",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        },
        {
            "id": "org-39",
            "name": "Scottish Courts and Tribunals Services",
            "identifier": {
                "legalName": "Scottish Courts and Tribunals Services"
            },
            "address": {
                "streetAddress": "Sherriff Court House",
                "locality": "Greenock",
                "postalCode": "PA15 1TR"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "CalMac Ferries Limited",
        "id": "org-38"
    },
    "tender": {
        "id": "IT25-003",
        "title": "Managed Security Services",
        "description": "CFL seeks to appoint a single Supplier to provide comprehensive managed cyber security services.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "72000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2025-10-02T12:00:00Z"
        },
        "documents": [
            {
                "id": "SEP538233",
                "documentType": "contractNotice",
                "title": "Managed Security Services",
                "description": "CFL seeks to appoint a single Supplier to provide comprehensive managed cyber security services.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP538233",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "CFL seeks to appoint a single Supplier to provide comprehensive managed cyber security services.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 8,
                    "maximumCandidates": 8
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Two 12-month extension options"
                }
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true,
            "invitationDate": "2025-10-02T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "minimum": "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 Professional Risk Indemnity: 5million GBP Employer's (Compulsory) Liability: Statutory minimum 5m GBP, each and every claim Public Liability: Cover for loss/damage to third party property and third-part injury with minimum 5m GBP per event with no annual aggregate. Product Liability: Minimum limit of 2m GBP with no annual aggregate Instructional Attachment"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "classification": {
            "id": "72000000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 30028 . For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:808582)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000808582"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}