Award

The Provision of Shuttle Bus Services at Ardrossan

CALMAC FERRIES LIMITED

This public procurement record has 2 releases in its history.

Award

26 Nov 2024 at 00:00

Tender

23 Nov 2022 at 00:00

Summary of the contracting process

CalMac Ferries Limited has initiated a procurement process seeking a qualified and experienced service provider for the provision of shuttle bus services at Ardrossan. This tender falls under the transport industry category and will cover key routes between Troon and Ardrossan, as well as to the local railway station and potentially Gourock, due to weather disruptions. The procurement process, which is currently at the 'tender' stage, follows a competitive procedure with negotiation. Businesses interested in this opportunity must submit their tenders by 23rd December 2022. This tender represents significant opportunities for businesses specialising in transport and shuttle services. Ideal candidates will have experience in providing flexible and reliable shuttle bus services capable of accommodating varying demand and adverse weather conditions. Businesses with a strong track record in managing similar contracts, ensuring passenger comfort, and minimising environmental impact will be well-suited to compete. This contract offers a potential term of 21 months with an optional extension of 12 months, providing a stable, medium-term growth opportunity.

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

The Provision of Shuttle Bus Services at Ardrossan

Notice Description

CalMac Ferries Ltd are looking for a suitably qualified and experienced Service Provider for the Provision of Shuttle Bus Services at Ardrossan.

Lot Information

Lot 1

CalMac Ferries Ltd (CFL) is a wholly-owned subsidiary of David MacBrayne Ltd, which is wholly owned by Scottish Ministers. Previously operating as Caledonian MacBrayne Ltd, CalMac was created in October 2006 to bid for the Scottish Government contract to operate Clyde & Hebrides Ferry Services, which it subsequently won. At the same time Caledonian MacBrayne Ltd changed its name to Caledonian Maritime Assets Ltd (CMAL) and retained ownership of the vessels and piers which it leases to the operator of the Clyde & Hebrides Ferry services (currently CFL). CMAL is also wholly owned by Scottish Ministers but is entirely separate from CFL. Although they have the same shareholder, each has its own Board and their relationship is solely contractual. CalMac Ferries Limited has one wholly owned subsidiary; Caledonian MacBrayne Crewing (Guernsey) Limited, which employs and supplies all sea going staff (approximately 1000) to CFL. CFL operates a fleet of 34 vessels, providing lifeline ferry services to the communities off Scotland's west coast - from the Isle of Lewis in the north to the Isle of Arran in the south. Ferries sail to over 25 different destinations operating from 51 ports and slipways, some of which are in remote locations. During the temporary relocation of Ardrossan-Brodick/Campbeltown 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 ports and local railway station. It is anticipated that a shuttle bus service will be needed on the following routes for round trips: -Between Troon Harbour, KA10 6DH and Harbour Road, Ardrossan, KA22 8BZ -Between Troon Harbour, KA10 6DH and Troon Railway Station (Both sides of the railway station) There may also be a requirement to travel to Gourock PA19 1QP in weather disruptions. It is anticipated that a shuttle bus service provision will be needed for a period of up to 21 months therefore, the service will be required to cover both the summer and winter timetables for the ferry service operating between Troon and Brodick/Campbeltown. The service should be available, 363 days per year (Christmas Day and New Year's Day excluded). The Service Provider will be required to: -provide the ability to flex the service to cover fluctuating demand and to be able to cope with disruptions due to bad weather; -cater for all ages and abilities and have space for the travelling publics luggage and possessions; -consider size of buses to ensure they can manoeuvre the roads around the railway station; -minimising the environmental impact. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Renewal: This contract shall operate for a term of 21 months with the option to extend for an additional 12 month period.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000703730
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV519055
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
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

60 - Transport services (excl. Waste transport)


CPV Codes

60170000 - Hire of passenger transport vehicles with driver

Notice Value(s)

Tender Value
£580,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
26 Nov 20241 years ago
Submission Deadline
23 Dec 2022Expired
Future Notice Date
Not specified
Award Date
26 Nov 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Cancelled
Lots Status
Cancelled
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CALMAC FERRIES LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

Further Information

Notice Documents

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-r6ebe6-0000703730-2024-11-26T00:00:00Z",
    "date": "2024-11-26T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000703730",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-32",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "name": "Alison Ure",
                "email": "alison.ure@calmac.co.uk",
                "telephone": "+44 1475650243",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Ferry Operator, Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        },
        {
            "id": "org-28",
            "name": "Sheriff Court House",
            "identifier": {
                "legalName": "Sheriff Court House"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "url": "http://www.nhsscotlandprocurement.scot.nhs.uk/"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        },
        {
            "id": "org-74",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "name": "Alison Ure",
                "email": "alison.ure@calmac.co.uk",
                "telephone": "+44 1475650243",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Ferry Operator, Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        },
        {
            "id": "org-75",
            "name": "Sheriff Court House",
            "identifier": {
                "legalName": "Sheriff Court House"
            },
            "address": {
                "streetAddress": "1 Nelson Street",
                "locality": "Greenock",
                "postalCode": "PA15 1TR"
            },
            "contactPoint": {
                "email": "greenock@scotcourts.gov.uk",
                "telephone": "+44 1475787073",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "CalMac Ferries Limited",
        "id": "org-74"
    },
    "tender": {
        "id": "CSOP21-487",
        "title": "The Provision of Shuttle Bus Services at Ardrossan",
        "description": "CalMac Ferries Ltd are looking for a suitably qualified and experienced Service Provider for the Provision of Shuttle Bus Services at Ardrossan.",
        "status": "cancelled",
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 580000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2022-12-23T12:00:00Z"
        },
        "documents": [
            {
                "id": "NOV465044",
                "documentType": "contractNotice",
                "title": "The Provision of Shuttle Bus Services at Ardrossan",
                "description": "CalMac Ferries Ltd are looking for a suitably qualified and experienced Service Provider for the Provision of Shuttle Bus Services at Ardrossan.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV465044",
                "format": "text/html"
            },
            {
                "id": "NOV519055",
                "documentType": "awardNotice",
                "title": "The Provision of Shuttle Bus Services at Ardrossan",
                "description": "CalMac Ferries Ltd are looking for a suitably qualified and experienced Service Provider for the Provision of Shuttle Bus Services at Ardrossan.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV519055",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "CalMac Ferries Ltd (CFL) is a wholly-owned subsidiary of David MacBrayne Ltd, which is wholly owned by Scottish Ministers. Previously operating as Caledonian MacBrayne Ltd, CalMac was created in October 2006 to bid for the Scottish Government contract to operate Clyde & Hebrides Ferry Services, which it subsequently won. At the same time Caledonian MacBrayne Ltd changed its name to Caledonian Maritime Assets Ltd (CMAL) and retained ownership of the vessels and piers which it leases to the operator of the Clyde & Hebrides Ferry services (currently CFL). CMAL is also wholly owned by Scottish Ministers but is entirely separate from CFL. Although they have the same shareholder, each has its own Board and their relationship is solely contractual. CalMac Ferries Limited has one wholly owned subsidiary; Caledonian MacBrayne Crewing (Guernsey) Limited, which employs and supplies all sea going staff (approximately 1000) to CFL. CFL operates a fleet of 34 vessels, providing lifeline ferry services to the communities off Scotland's west coast - from the Isle of Lewis in the north to the Isle of Arran in the south. Ferries sail to over 25 different destinations operating from 51 ports and slipways, some of which are in remote locations. During the temporary relocation of Ardrossan-Brodick/Campbeltown 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 ports and local railway station. It is anticipated that a shuttle bus service will be needed on the following routes for round trips: -Between Troon Harbour, KA10 6DH and Harbour Road, Ardrossan, KA22 8BZ -Between Troon Harbour, KA10 6DH and Troon Railway Station (Both sides of the railway station) There may also be a requirement to travel to Gourock PA19 1QP in weather disruptions. It is anticipated that a shuttle bus service provision will be needed for a period of up to 21 months therefore, the service will be required to cover both the summer and winter timetables for the ferry service operating between Troon and Brodick/Campbeltown. The service should be available, 363 days per year (Christmas Day and New Year's Day excluded). The Service Provider will be required to: -provide the ability to flex the service to cover fluctuating demand and to be able to cope with disruptions due to bad weather; -cater for all ages and abilities and have space for the travelling publics luggage and possessions; -consider size of buses to ensure they can manoeuvre the roads around the railway station; -minimising the environmental impact. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 3
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 630
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This contract shall operate for a term of 21 months with the option to extend for an additional 12 month period."
                }
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true,
            "invitationDate": "2023-02-07T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Bidders must have the appropriate Operator's Licence"
                },
                {
                    "type": "economic",
                    "description": "Please refer to these statements when completing section 4B of the SPD (Scotland) Statement for 4B- Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below: NB. Ratios shall be based upon the latest available published accounts 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 Bidders must provide their (\"general\") yearly turnover for the last 3 financial years. Bidders must provide their (\"specific\") yearly turnover for the last 3 financial years. Minimum level(s) of standards required: Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: Employer's Liability Insurance = 10 Million GBP Public Liability Insurance = 5 Million GBP Vehicle Insurance = 5 Million GBP"
                },
                {
                    "type": "technical",
                    "description": "The SPD is designed to allow CFL to review evidence of prior experience and should not make forward-looking statements or predict where services or features may have utility for CFL. Q4C of the SPD (Weighting 100%) - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the Shuttle Bus Services at Ardrossan/Troon as described in part II.2.4 of the Contract Notice. Please respond in as much detail as possible to the questions below whilst referencing Contracts you have been involved in from within the past 3 years. 1. Please describe, using as many customer examples as necessary (minimum of 3), that your organisation has previously and successfully deployed a Shuttle Bus Service in the area, similar to CFL's requirements as described in part 11.2.4 of Contract Notice. (Weighting 40%). Your response must include as a minimum the following information: a. Your customer's name and Contract Value? b. Approximate number of service trips delivered daily/weekly under each contract? c. What made Service challenging and how did you mitigate against known risks? d. Provide relevant details of what you have provided in the form of innovation into your service provision for your customers? 2. Please demonstrate your capacity and capability where you have delivered a similar Shuttle Bus Service including how you dealt with fluctuating demand, similar to CFL's requirements as described in part 11.2.4 of Contract Notice (Weighting 30%). 3. Please provide details where you have operated a Service whereby you had been called upon at short notice, provide evidence and structure of flexibility, similar to CFL's requirement as described in part 11.2.4 of Contract Notice. (Weighting 30%) Your response must include as a minimum the following information: a. What were your response times? b. How did this work? c. What resources did you have as back up?"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "60170000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Questions in the ITT will be scored using the following methodology: 100- Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 50 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 25 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. Award Criteria questions can be found in the ITT together with the weightings. COMPETITIVE PROCEDURE WITH NEGOTIATION EXPLANATION -Competitive Procedure with Negotiation (CPN) this is a two-stage procedure run along the same lines as a Restricted procedure. This requires interested parties to complete a pre-qualification stage by submitting a Single Procurement Document (SPD) before being invited to submit a tender. This down selection process allows us to limit the number of parties receiving the full tender and moving forward to the negotiation phase(s). Under CPN tenders are submitted from down selected suppliers and are then subject to evaluation and negotiation and then re-submitted to finalise positions and allow selection of a preferred bidder. (SC Ref:784239)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000703730"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000703730"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "CSOP21-487",
            "status": "unsuccessful",
            "statusDetails": "discontinued",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2022/S 000-033247"
        }
    ]
}