Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
CalMac Ferries Limited
Ferry Terminal
Gourock
PA19 1QP
UK
Person cyswllt: Alison Ure
Ffôn: +44 01475650243
E-bost: alison.ure@calmac.co.uk
NUTS: UKM
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.calmac.co.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
I.4) Y math o awdurdod contractio
Arall: Non Departmental Public Body
I.5) Prif weithgaredd
Arall: Ferry Operator
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Troon Circular Bus Service
Cyfeirnod: CSOP24-584
II.1.2) Prif god CPV
60170000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Troon Circular Bus Service
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 2 735 200.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
60000000
60170000
60130000
II.2.3) Man cyflawni
Cod NUTS:
UKM94
Prif safle neu fan cyflawni:
Troon, Ayrshire, KA10 6HH
II.2.4) Disgrifiad o’r caffaeliad
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) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical & Quality
/ Pwysoliad: 30
Price
/ Pwysoliad:
70
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Optional Extensions available of 2 x 12 months
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
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) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
12/05/2025
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
12/05/2025
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
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) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Greenock Sherriff Court
1 Nelson Street
Greenock
PA15 1TR
UK
Ffôn: +44 1475787073
E-bost: greenock@scotcourts.gov.uk
VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu
Greenock Sherriff Court
1 Nelson Street
Greenock
PA15 1TR
UK
Ffôn: +44 1475787073
E-bost: greenock@scotcourts.gov.uk
VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu
Greenock Sherriff Court
1 Nelson Street
Greenock
PA15 1TR
UK
Ffôn: +44 1475787073
E-bost: greenock@scotcourts.gov.uk
VI.5) Dyddiad anfon yr hysbysiad hwn
11/04/2025