Tender

North Scotland/Wick John O’Groats Airport PSO Scheduled Flight Services

  • The Highland Council

F02: Contract notice

Notice identifier: 2021/S 000-025021

Procurement identifier (OCID): ocds-h6vhtk-02e92b

Published 7 October 2021, 11:55am



The closing date and time has been changed to:

2 December 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

The Highland Council

Council Headquarters, Glenurquhart Road

Inverness

IV3 5NX

Email

CPSSprocurement@aberdeencity.gov.uk

Telephone

+44 1463702670

Country

United Kingdom

NUTS code

UKM6 - Highlands and Islands

Internet address(es)

Main address

http://www.highland.gov.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

North Scotland/Wick John O’Groats Airport PSO Scheduled Flight Services

Reference number

THC/TAMBS/WJOG/2021

two.1.2) Main CPV code

  • 60400000 - Air transport services

two.1.3) Type of contract

Services

two.1.4) Short description

The Highland Council have secured a subsidy to help re-introduce air services to the North of Scotland; Wick to Aberdeen and Wick to Edinburgh.

Up to two airlines may service these routes and in collaboration with The Highland Council, the aim is to increase accessibility, desirability and prosperity to the North of Scotland for businesses, travellers and the local community alike.

The Highland Council are therefore seeking enthusiastic air service operator(s) to work with the Council to help achieve these aims.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

PSO 1: A scheduled air passenger service between WJOG and Edinburgh Airport.

Lot No

1

two.2.2) Additional CPV code(s)

  • 60400000 - Air transport services
  • 60420000 - Non-scheduled air transport services
  • 63520000 - Transport agency services
  • 63730000 - Support services for air transport

two.2.3) Place of performance

NUTS codes
  • UKM6 - Highlands and Islands
  • UKM50 - Aberdeen City and Aberdeenshire
  • UKM75 - Edinburgh, City of
Main site or place of performance

Wick Airport

Aberdeen Airport

Edinburgh Airport

two.2.4) Description of the procurement

A scheduled air passenger service between Wick John 'O' Groats airport and Edinburgh airport.

Tenderers can price up either PSO, or can combine their offer to address the needs of both routes. The specifications have been designed that one aircraft could fulfil the requirements, although this is not a pre-requisite solution. Both PSO routes may be awarded to a single air operator where this is justified by reasons of operational efficiency.

The Highland Council intend to work closely with the air operator throughout the life of the Contract to ensure successful delivery. To that end, there shall be clear communication channels established and regular contract management meetings to help reinforce the collaborated approach.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

An extension for a period of up to 12 Months is possible.

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

two.2) Description

two.2.1) Title

PSO 2: A scheduled air passenger service between WJOG and Aberdeen Airport.

Lot No

2

two.2.2) Additional CPV code(s)

  • 60400000 - Air transport services
  • 60420000 - Non-scheduled air transport services
  • 63520000 - Transport agency services
  • 63730000 - Support services for air transport

two.2.3) Place of performance

NUTS codes
  • UKM6 - Highlands and Islands
  • UKM50 - Aberdeen City and Aberdeenshire
  • UKM75 - Edinburgh, City of
Main site or place of performance

Wick Airport

Aberdeen Airport

Edinburgh Airport

two.2.4) Description of the procurement

A scheduled air passenger service between Wick John 'O' Groats airport and Aberdeen airport.

Tenderers can price up either PSO, or can combine their offer to address the needs of both routes. The specifications have been designed that one aircraft could fulfil the requirements, although this is not a pre-requisite solution. Both PSO routes may be awarded to a single air operator where this is justified by reasons of operational efficiency.

The Highland Council intend to work closely with the air operator throughout the life of the Contract to ensure successful delivery. To that end, there shall be clear communication channels established and regular contract management meetings to help reinforce the collaborated approach.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

An extension of up to 12 months is possible.

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

List and brief description of conditions

Qualifications and Accreditations:

Tenderers are required to provide evidence of appropriate licences and accreditations to operate the scheduled service routes and proposed aircraft(s)

Environmental Requirements:

Tenderers are required to provide their environmental policy which shall be in line with Government Guidance, objectives and targets.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Tenderers must provide:

i. Audited accounts covering the past 2 years

ii. Bank details provided for financial reference purposes

The Council will use an independent credit scoring organisation such as Equifax, to conduct appropriate financial probity checks.

Tenders must provide evidence of the following insurances:

- Passenger liability insurance

- Employers Liability

- Public Liability

Insurances must be in accordance with the levels recommended by the Civil Aviation Authority.

Minimum level(s) of standards possibly required

Audited accounts covering the past 2 years

Bank details provided for financial reference purposes.

- Passenger liability insurance

- Employers Liability

- Public Liability

Insurances must be in accordance with the levels recommended by the Civil Aviation Authority.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Experience Requirements

Tenderers must provide:

2 examples in the last 5 years of successful delivery of equivalent or similar contracts

Minimum level(s) of standards possibly required

2 examples in the last 5 years of successful delivery of equivalent or similar contracts


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

25 November 2021

Local time

12:00pm

Changed to:

Date

2 December 2021

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

25 November 2021

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: October 2023/2024

six.3) Additional information

In addition to their main offering, tenderers may offer a Variant tender based on the requirements of The Highland Council. A fundamentally altered tender submission will not be considered.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19750. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

N/A

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:

Community Benefit requirements are contained within the documentation available in the attachments area of PCS-T

(SC Ref:669059)

six.4) Procedures for review

six.4.1) Review body

To be Agreed

To be Agreed

Country

United Kingdom