Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Transport Scotland
George House, 2nd Floor 36 North Hanover Street
Glasgow
G1 2AD
UK
Contact person: Ruth MacDonald
Telephone: +44 1412727100
E-mail: ruth.macdonald@transport.gov.scot
NUTS: UKM82
Internet address(es)
Main address: http://www.transport.gov.scot
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00099
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk/
I.4) Type of the contracting authority
National or federal agency/office
I.5) Main activity
Other: Transport
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Air Services between Glasgow Airport and Campbeltown, Tiree and Barra
Reference number: TS/AMFC/SER/2023/01
II.1.2) Main CPV code
60400000
II.1.3) Type of contract
Services
II.1.4) Short description
The provision of air services between Glasgow Airport and Campbeltown, Tiree and Barra supported by subsidy through Public Service Obligations.
II.1.5) Estimated total value
Value excluding VAT:
24 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
60410000
60420000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Scottish Ministers objectives for transport are to promote sustainable economic growth through a safe, integrated and efficient transport network. The Employer has identified a continuing need for the provision of Air Services between Glasgow Airport and Campbeltown, Tiree and Barra supported by subsidy through Pubic Service Obligations.
II.2.5) Award criteria
Criteria below:
Quality criterion: Execution of services; comprehension of risks associated with services; management methodology; and programming of the works
/ Weighting: 70%
Price
/ Weighting:
30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
UK registered airline
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Economic Operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, Economic Operators shall:
(a) in response to SPD, Question Ref. 4B.1a provide the specified annual turnover for the last two years of trading, or for the period which is available if trading for less than two years;
(b) in response to SPD, Question Ref. 4B.6 provide the name, value and/or range of NINE financial criteria for the last two years of trading, or for the period which is available if trading for less than two years; and (c) in response to SPD, Question Ref. 4B.5 confirm they already have or can commit to obtain, prior to commencement of the contract the required levels of insurance.
In addition to the information requested under (a) and (b), economic operators are required to provide a link/copies of the associated annual accounts as filed at Companies House (or equivalent if not a UK registered company) for the last two years of trading, or for the period which is available if less than two years.
This information has been requested to enable Transport Scotland to perform their own assessment and confirm the financial ratios submitted. Ultimately, ensuring the correct score is allocated, and to ensure no misinterpretation. Where there exist differences in ratios, between those provided and those calculated by Transport Scotland, clarification will be sought.
An additional document can be found as a download associated with this contract notice which shows the Economic and Financial Standing: Evaluation Criteria Ratios and Scoring.
Minimum level(s) of standards required:
Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below:
Evaluation Criteria Ratios (Question Ref. 4B.6)
The financial information received under SPD, Question Ref. 4B.6 shall be evaluated and scored out of 50 by allocating a score against nine individual economic and financial standing evaluation criteria, namely:
1. Acid Test Ratio
2. Cash Interest Cover Ratio
3. Return on Capital Employed
4. Operating Profit Ratio
5. Net Worth
6. Gearing
7. Annual Contract Value to Turnover
8. Filed Accounts
9. Audit Report
The individual scores shall be weighted, with the most recent (“Year 1”) financial statements weighted at 67% and the previous (“Year 2”) statements being weighted at 33%, to form an aggregated score for each of the nine criteria over the two years.
The maximum cumulative score resulting from the summation of the nine economic and financial standing aggregated scores shall be 50 marks. A submission shall be marked as a FAIL and will not be considered further if the score achieved by a Single Economic Operator or a Group of Economic Operators is less than 50 percent of the available marks.
The scoring mechanism can be downloaded via the Public Contracts Scotland portal www.publiccontractsscotland.gov.uk.
Where the submission has been submitted by a Group of Economic Operators, the information submitted by each Group Member will be evaluated in the proportion of the percentage shareholdings or percentage equity/interest of each Group Member and a score determined for such Group of Economic Operators on that basis.
Insurance (Question Ref. 4B.5)
In response to Question Ref. 4B.5 Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance:
Employer’s Liability Insurance = 10 000 000 GBP.
Public Liability Insurance = 5 000 000 GBP.
In responding to Question Ref. 4B.5a and 4B.5b of the SPD, where the bidder ticks the box “No, and I cannot commit to obtain it” they shall be marked as FAIL.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Under the SPD, Question Ref 4C1.1/ 4C1.2, 4C2 and 4C6. Economic Operators shall be required to insert suitable responses to those questions demonstrating that they have the required minimum standards of eligibility and technical and professional ability under those questions. Answers to those questions shall be assessed on the basis of PASS or FAIL.
Economic Operators who fail to satisfy these minimum standards (if they either answer 'No' or fail to provide an acceptable answer) shall be excluded from the procurement
competition.
Minimum level(s) of standards required:
Holder of an operating licence granted by the UK Civil Aviation Authority.
Provide evidence that you are mandating the Fair Work Criteria of providing fair pay for workers by payment of the real Living Wage in Scotland.
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
In accordance with the relevant regulatory requirements and in order to perform the services the candidates must have relevant access to sufficient numbers of type rated Captains and First Officers to operate air services.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
30/06/2023
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
27/11/2023
IV.2.7) Conditions for opening of tenders
Date:
03/07/2023
Local time: 09:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Transport Scotland will conduct the procurement process for the Grant Agreement on behalf of the Scottish Ministers. In the event of the conclusion of the procurement process, it is the intention that a Grant Agreement will be entered into between the Scottish Ministers and the most economically advantageous tenderer. The Services will operate in accordance with the Grant Agreement. Each economic operator shall be invited to submit a Tender on the same Grant Agreement terms.
To be considered for this procurement competition, economic operators should complete a SPD and Invitation to Tender Submission through Public Contract Scotland and submit the completed documents by no later than 17:00 BST on 30 June 2023.
Transport Scotland may undertake a cost comparison exercise to assess value as part of the evaluation process in the event that only one tender has been returned.
The Scottish Ministers shall not evaluate any tender submission received past the specified deadline, unless the delay is caused by a situation outwith the control of the economic operator, the determination of which shall be at the sole discretion of the Scottish Ministers. Compliance in achieving the specified deadline is the sole responsibility of the economic operator. Economic operator 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.
Economic operators who alter their composition after making a submission or whose position has materially changed will be the subject of re-evaluation. Transport Scotland reserves the right to request current and up-to-date information to enable re-evaluation of any economic operator.
Any request for clarification of any part of the documentation shall be made using the Question and Answer feature on Public Contracts Scotland before 17:00 24 May 2023. For commercially sensitive queries email:
Ruth.MacDonald@transport.gov.scot
Refer to the Supplementary Additional Information Document for full 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=722318.
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:
Not required for this contract.
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:
Provision of employment opportunities, particularly for young people;
Provision of educational and training opportunities, including but not limited to, work experience provision, vocational training and
educational initiatives with schools, further and higher education establishments;
Provision and publication of subcontracting opportunities for small and medium sized enterprises, supported businesses and the third
sector; apart from any sub-contractors that have already been approved as part of the tender process.
Environmental opportunities including community enhancement and community engagement and initiatives.
(SC Ref:722318)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=722318
VI.4) Procedures for review
VI.4.1) Review body
Sherriff court
PO Box 23, 1 Carlton Place
Glasgow
UK
E-mail: Glasgow@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
24/04/2023