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