Tender

Tender for Dundee Airport to London Air Services Public Service Obligation

  • Dundee City Council

F02: Contract notice

Notice identifier: 2023/S 000-016000

Procurement identifier (OCID): ocds-h6vhtk-03d406

Published 6 June 2023, 2:32pm



The closing date and time has been changed to:

23 August 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Dundee City Council

Dundee House, 50 North Lindsay Street

Dundee

DD1 1NZ

Contact

Jennifer Heighton

Email

jennifer.heighton@dundeecity.gov.uk

Telephone

+44 1382434000

Fax

+44 1382433045

Country

United Kingdom

NUTS code

UKM7 - Eastern Scotland

Internet address(es)

Main address

www.dundeecity.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220

one.3) Communication

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

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

Tender for Dundee Airport to London Air Services Public Service Obligation

Reference number

DCC/CD/29/23

two.1.2) Main CPV code

  • 60410000 - Scheduled air transport services

two.1.3) Type of contract

Services

two.1.4) Short description

This procurement process invites tenders for the Contract for the Dundee Airport to London Air Services Public Service Obligation.

Dundee City Council is seeking to procure the services of an airline operator to provide a scheduled air service between Dundee Airport (DND) and a London airport. This can be any of the following 6 London Airports, listed in alphabetical order: London Gatwick, London Heathrow, London City, London Luton, London Southend, and London Stansted. A London airport has been defined by the Department for Transport (DfT) as any airport that can access transport zone 1 of London within 60 minutes by rail.

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

two.2.3) Place of performance

NUTS codes
  • UKM7 - Eastern Scotland
Main site or place of performance

Dundee City

two.2.4) Description of the procurement

This procurement process invites tenders for the Contract for the Dundee Airport to London Air Services Public Service Obligation.

Dundee City Council is seeking to procure the services of an airline operator to provide a scheduled air service between Dundee Airport (DND) and a London airport. This can be any of the following 6 London Airports, listed in alphabetical order: London Gatwick, London Heathrow, London City, London Luton, London Southend, and London Stansted. A London airport has been defined by the Department for Transport (DfT) as any airport that can access transport zone 1 of London within 60 minutes by rail.

We welcome submissions from operators for more than one option of London airport. Each option should be submitted separately. The priority for air service provision is a point-to-point service to London.

two.2.5) Award criteria

Quality criterion - Name: Added Value / Weighting: 14

Quality criterion - Name: Elapsed Journey Time Dundee to London Zone 1 Station / Weighting: 12

Quality criterion - Name: Time in London from arrival at and departure from a London Zone 1 railway station / Weighting: 12

Quality criterion - Name: Type of aeroplane / Weighting: 7

Quality criterion - Name: Maintenance and back-up arrangements / Weighting: 7

Quality criterion - Name: Proposals for non-availability of aircraft / Weighting: 7

Quality criterion - Name: Flights:additional daily flights / Weighting: 7

Quality criterion - Name: Flights: percentage of different fares at different levels / Weighting: 7

Quality criterion - Name: Marketing / Weighting: 5

Quality criterion - Name: Base operation / Weighting: 5

Quality criterion - Name: Flights: weekend rotations / Weighting: 5

Quality criterion - Name: Sales operation / Weighting: 3

Quality criterion - Name: Community Benefits / Weighting: 3

Quality criterion - Name: Fair Work First / Weighting: 3

Quality criterion - Name: Environmental wellbeing / Weighting: 3

Price - Weighting: 30

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

A further 1 year + 1 year

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Operating licence

Please provide confirmation that your organisation operates in accordance with the JAR-OPS (Joint Aviation Requirement for the operation of commercial air transport (aeroplanes)) and holds the following accreditations.

- Air Operator's certificate (copy to be attached).

- Operating licence (copy to be attached).

Emission Trading Scheme

Please provide confirmation that your organisation operates in accordance with the ETS (Emission Trading Scheme) compliance pursuant to Directive 2008/101/EC (amending Directive 2003/87/EC) or evidence that the Tender will be compliant prior commencement of the PSO Services.

- ETS compliance certificate (copy to be attached)

three.1.2) Economic and financial standing

List and brief description of selection criteria

Tenderers will be required to provide/state the value(s) for the following financial ratio(s):

- Net profit for both financial years; if there has been a loss in any one year the tenderer must provide an explanation of the specific circumstances leading to the loss.

- Current ratio equal to or greater than one in both financial years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

- Positive Gearing Ratio for both financial years. i.e. an excess of shareholders funds/partners' capital accounts/owners’ equity over loan finance in both of the financial years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

- Positive shareholders’ funds/positive partners’ capital accounts/positive owners’ equity (whichever is applicable to the type of business) in both of the financial years.

- Unqualified audit report (if an audit is required).

- Managements accounts showing your current position, for the period following your final accounts to include profit and loss and balance sheet

Minimum level(s) of standards possibly required

The Tenderer is insured against any liability loss claim proceedings and costs whatsoever and whether arising under common law or statute: -

- In respect of personal injury to or death of any person whomsoever whether employed by the Tenderer or otherwise; and

- In respect of any loss or damage whatsoever to any property real or personal including any property belonging to or in the control of the Tenderer; and arising out of or in the course or caused by the execution of its contracts.

- That the insurance cover held by the Tenderer provides for the following minimum amounts for each and every incident or accident:

- Employers Liability - GBP10m

- Passenger and third party liability - GBP25m

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

Reference to the relevant law, regulation or administrative provision

Operating licence

Please provide confirmation that your organisation operates in accordance with the JAR-OPS (Joint Aviation Requirement for the operation of commercial air transport (aeroplanes)) and holds the following accreditations.

- Air Operator's certificate (copy to be attached).

- Operating licence (copy to be attached).

Emission Trading Scheme

Please provide confirmation that your organisation operates in accordance with the ETS (Emission Trading Scheme) compliance pursuant to Directive 2008/101/EC (amending Directive 2003/87/EC) or evidence that the Tender will be compliant prior commencement of the PSO Services.

- ETS compliance certificate (copy to be attached)


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

7 August 2023

Local time

12:00pm

Changed to:

Date

23 August 2023

Local time

12:00pm

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

7 August 2023

Local time

12:00pm

Place

PCS Electronic Postbox

Information about authorised persons and opening procedure

Procurement Officer


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

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=734022.

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.

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

The service must be delivered by the appointed contractor

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:

Contractors are asked to indicate what types Community Support activity they would propose delivering if awarded contract and what they have done to support their own communities.

To this end, Bidders for contract will be required to deliver three Community Support activities per annum in relation to this contract.

(SC Ref:734022)

six.4) Procedures for review

six.4.1) Review body

Dundee Sheriff Court and Justice of the Peace Court

Sheriff Court House, 6 West Bell Street

Dundee

DD1 9AD

Email

dundee@scotcourts.gov.uk

Telephone

+44 1382229961

Country

United Kingdom

Internet address

www.dundeecity.gov.uk

six.4.4) Service from which information about the review procedure may be obtained

Scottish Courts Service

Saughton House, Broomhouse Drive

Edinburgh

AH11 3XD

Email

enquiries@scotcourts.gov.uk

Country

United Kingdom