Section one: Contracting authority
one.1) Name and addresses
Dundee City Council
Dundee House, 50 North Lindsay Street
Dundee
DD1 1NZ
Contact
Jennifer Heighton
jennifer.heighton@dundeecity.gov.uk
Telephone
+44 1382434000
Fax
+44 1382433045
Country
United Kingdom
NUTS code
UKM7 - Eastern Scotland
Internet address(es)
Main address
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
Telephone
+44 1382229961
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Scottish Courts Service
Saughton House, Broomhouse Drive
Edinburgh
AH11 3XD
Country
United Kingdom