Section one: Contracting authority
one.1) Name and addresses
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
Contact
Alison Ure
Telephone
+44 1475650243
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Ferry Operator, Transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Provision of Shuttle Bus Services at Ardrossan
Reference number
CSOP21-487
two.1.2) Main CPV code
- 60170000 - Hire of passenger transport vehicles with driver
two.1.3) Type of contract
Services
two.1.4) Short description
CalMac Ferries Ltd are looking for a suitably qualified and experienced Service Provider for the Provision of Shuttle Bus Services at Ardrossan.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
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
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Price - Weighting: 70
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
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.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-033247
Section five. Award of contract
Contract No
CSOP21-487
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section six. Complementary information
six.3) Additional information
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)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
1 Nelson Street
Greenock
PA15 1TR
Telephone
+44 1475787073
Country
United Kingdom