Tender

Spaceport 1, Airspace Change Stages 3 - 7

  • Comhairle Nan Eilean Siar

F02: Contract notice

Notice identifier: 2023/S 000-011424

Procurement identifier (OCID): ocds-h6vhtk-03c277

Published 21 April 2023, 9:10am



The closing date and time has been changed to:

24 May 2023, 2:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Comhairle Nan Eilean Siar

Council Offices, Sandwick Road

Stornoway

HS1 2BW

Contact

Martin MacIver

Email

contracts@cne-siar.gov.uk

Telephone

+44 1851600501

Country

United Kingdom

NUTS code

UKM64 - Na h-Eileanan Siar (Western Isles)

Internet address(es)

Main address

https://www.cne-siar.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00262

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Spaceport 1, Airspace Change Stages 3 - 7

two.1.2) Main CPV code

  • 71311200 - Transport systems consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Contract for the completion of Airspace Change Stages 3 – 7

two.1.5) Estimated total value

Value excluding VAT: £330,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM64 - Na h-Eileanan Siar (Western Isles)
Main site or place of performance

Western Isles

two.2.4) Description of the procurement

contract for the completion of Airspace Change Stages 3 – 7

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

conomic and Financial Standing

Insurances

Public Liability Insurance for GBP 5m (or confirm willingness to increase cover to this value on award of contract)

Employers Liability Insurance for minimum GBP 5m (or confirm willingness to increase cover to this value on award of contract)

Professional Indemnity Insurance for GBP 5m

Minimum level(s) of standards possibly required

Economic and Financial Standing

Insurances

Public Liability Insurance for GBP 5m (or confirm willingness to increase cover to this value on award of contract)

Employers Liability Insurance for minimum GBP 5m (or confirm willingness to increase cover to this value on award of contract)

Professional Indemnity Insurance for GBP 5m

three.1.3) Technical and professional ability

List and brief description of selection criteria

Tenderers must provide 2 examples of a contract they have been awarded of similar scope and size in the last 3 years which demonstrates they have previous relevant experience.

Minimum level(s) of standards possibly required

Tenderers must provide 2 examples of a contract they have been awarded of similar scope and size in the last 3 years which demonstrates they have previous relevant experience.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per tender documents

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

Originally published as:

Date

31 May 2023

Local time

2:00pm

Changed to:

Date

24 May 2023

Local time

2:00pm

See the change notice.

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

English

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

31 May 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Please refer to PCS-Tender Project Code project_23996 for further information and contract documentation.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23996. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:729609)

six.4) Procedures for review

six.4.1) Review body

Stornoway Sheriff Court

Lewis Street

Stornoway

Country

United Kingdom