Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Troon Circular Bus Service

  • First published: 22 April 2025
  • Last modified: 22 April 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-050195
Published by:
CalMac Ferries Limited
Authority ID:
AA21565
Publication date:
22 April 2025
Deadline date:
12 May 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Troon Circular Bus Service

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

CalMac Ferries Limited

Ferry Terminal

Gourock

PA19 1QP

UK

Contact person: Alison Ure

Telephone: +44 01475650243

E-mail: alison.ure@calmac.co.uk

NUTS: UKM

Internet address(es)

Main address: http://www.calmac.co.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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/


I.4) Type of the contracting authority

Other: Non Departmental Public Body

I.5) Main activity

Other: Ferry Operator

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Troon Circular Bus Service

Reference number: CSOP24-584

II.1.2) Main CPV code

60170000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Troon Circular Bus Service

II.1.5) Estimated total value

Value excluding VAT: 2 735 200.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

60000000

60170000

60130000

II.2.3) Place of performance

NUTS code:

UKM94


Main site or place of performance:

Troon, Ayrshire, KA10 6HH

II.2.4) Description of the procurement

CalMac Ferries Ltd are looking for a suitably qualified and experienced Service Provider for a transport service during the temporary relocation of Ardrossan-Brodick ferry services to Troon as a result of the construction phase of the Ardrossan harbour re-development project, the provision of a shuttlebus service is required to enable travel interchange and connectivity between the port and local railway station.

It is a condition of the service that the shuttle bus will operate to the full CFL timetable. CFL expect the Service Provider to be fully aware of operational status of sailings and train arrivals to ensure passengers are met on arrival of sailings and trains.

Full details are available in Invitation to Tender document is available in PCS-T.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical & Quality / Weighting: 30

Price / Weighting:  70

II.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:

Optional Extensions available of 2 x 12 months

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Please note it is a mandatory requirement that the Tenderer must have previous experience in delivering a bus service similar to CFL’s requirement.

Please note it is a mandatory requirement that Tenderers provide copy of operators’ licences.

Please note it is a mandatory requirement that Tenderers have relevant insurances.

Your bid will be rejected if it you cannot provide these mandatory requirements.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

The Bidder should provide its “general” and specific yearly turnover for previous three (3) financial years.

The bidder should confirm they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover:

Professional Risk Indemnity: 5,000,000 GBP

Employer's (Compulsory) Liability: 5,000,000 GBP

Public Liability: 5,000,000 GBP

Vehicle Insurance: 5,000,000 GBP


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 12/05/2025

Local time: 12:00

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

EN

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

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 12/05/2025

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Please note it is a mandatory requirement that the Tenderer must have previous experience in delivering a bus service similar to CFL’s requirement.

Please note it is a mandatory requirement that Tenderers provide copies of insurances and operators’ licences.

The Invitation to Tender will be scored as follows:

Excellent (100) - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

Good (75) - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirement will be fulfilled.

Acceptable (50) - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

Poor (25) - Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

Unacceptable (0) - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 58165. 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

(SC Ref:790481)

VI.4) Procedures for review

VI.4.1) Review body

Greenock Sherriff Court

1 Nelson Street

Greenock

PA15 1TR

UK

Telephone: +44 1475787073

E-mail: greenock@scotcourts.gov.uk

VI.4.2) Body responsible for mediation procedures

Greenock Sherriff Court

1 Nelson Street

Greenock

PA15 1TR

UK

Telephone: +44 1475787073

E-mail: greenock@scotcourts.gov.uk

VI.4.4) Service from which information about the review procedure may be obtained

Greenock Sherriff Court

1 Nelson Street

Greenock

PA15 1TR

UK

Telephone: +44 1475787073

E-mail: greenock@scotcourts.gov.uk

VI.5) Date of dispatch of this notice

11/04/2025

Coding

Commodity categories

ID Title Parent category
60170000 Hire of passenger transport vehicles with driver Road transport services
60130000 Special-purpose road passenger-transport services Road transport services
60000000 Transport services (excl. Waste transport) Transport and Related Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
alison.ure@calmac.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.