Section one: Contracting authority
one.1) Name and addresses
Argyll and Bute Council
Kilmory
Lochgilphead
PA31 8RT
Contact
Christine Todd
christine.todd@argyll-bute.gov.uk
Telephone
+44 1546604239
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=AA00063
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.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
Provision of Scotland’s West Coast Air Services between Oban and the Islands of Coll, Colonsay and Tiree
two.1.2) Main CPV code
- 60410000 - Scheduled air transport services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of Scotland’s West Coast Air Services between Oban and the Islands of Coll, Colonsay and Tiree
two.1.5) Estimated total value
Value excluding VAT: £2,048,828
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 60410000 - Scheduled air transport services
- 60411000 - Scheduled airmail transport services
- 60420000 - Non-scheduled air transport services
- 60421000 - Non-scheduled airmail transport services
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Oban and the Islands of Coll, Colonsay and Tiree
two.2.4) Description of the procurement
Provision of Scotland’s West Coast Air Services between Oban and the Islands of Coll, Colonsay and Tiree
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Price - Weighting: 10
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
16 September 2023
End date
15 September 2027
This contract is subject to renewal
Yes
Description of renewals
Contract is subject to renewal in 2027.
two.2.10) Information about variants
Variants will be accepted: Yes
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
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-003465
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 June 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
24 June 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Contract is subject to renewal in 2027.
six.2) Information about electronic workflows
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=694448.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
2.10 COMMUNITY BENEFITS CLAUSE
2.10.1 The supplier must provide the following relevant Community Benefit information within 7 days of any request by the Council:
(a) Community Benefit Requirements Evaluated community benefits to meet the minimum of 60 Community Benefits in response to the technical/quality question; together with the Community Benefits Method Statement and timetable for the delivery.
2.10.2 Delivery of community benefits will be monitored as agreed between the Council and the Supplier. The Council will seek evidence of delivery by an agreed method to allow the Council to report of those wider social and economic benefits.
2.10.3 Failure by the Supplier to deliver the outputs agreed may result in the Council imposing a penalty equivalent to the value of the Community Benefits that should have been delivered. This shall be invoiced to the successful supplier quarterly from the date of commencement and then every quarter until the end of the contract duration.
2.10.4 Tenderers should contact the Procurement Officer in advance of the tender submission deadline if they have any queries or concerns in relation to meeting 60 CBPs for this contract. The Council reserves the right to accept tenders with a lower CBPs value submitted than the 60 CBPs stated, where the tenderer has provided sufficient confirmation on why less CBPs can be provided throughout the contract period.
(SC Ref:694448)
six.4) Procedures for review
six.4.1) Review body
Oban Sheriff Court
Oban
Country
United Kingdom