Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Inter-Island Air Services for Orkney Outer North Isles

  • First published: 15 September 2024
  • Last modified: 15 September 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-049a12
Published by:
Orkney Islands Council
Authority ID:
AA20394
Publication date:
15 September 2024
Deadline date:
14 October 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Orkney Islands Council (the Authority) has a requirement for the provision of an Inter Island Air Service operating to the six Outer North Isles of Papa Westray, North Ronaldsay, Westray, Sanday, Stronsay and Eday under a Public Service Obligation (PSO), which establishes the minimum frequencies and sets the maximum fare levels provided to each of the isles.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Orkney Islands Council

Council Offices, School Place

Kirkwall

KW15 1NY

UK

Contact person: Rosemary Colsell

Telephone: +44 01856873535

E-mail: rosemary.colsell@orkney.gov.uk

Fax: +44 01856876158

NUTS: UKM65

Internet address(es)

Main address: http://www.orkney.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00369

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of Inter-Island Air Services for Orkney Outer North Isles

Reference number: OIC/PROC/1915

II.1.2) Main CPV code

60400000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Orkney Islands Council (the Authority) has a requirement for the provision of an Inter Island Air Service operating to the six Outer North Isles of Papa Westray, North Ronaldsay, Westray, Sanday, Stronsay and Eday under a Public Service Obligation (PSO), which establishes the minimum frequencies and sets the maximum fare levels provided to each of the isles.

II.1.5) Estimated total value

Value excluding VAT: 6 890 244.00  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

50211200

60400000

63730000

60420000

II.2.3) Place of performance

NUTS code:

UKM65


Main site or place of performance:

Orkney Islands

II.2.4) Description of the procurement

Orkney Islands Council (the Authority) has a requirement for the provision of an Inter Island Air Service operating to the six Outer North Isles under a Public Service Obligation (PSO), which establishes the minimum frequencies and sets the maximum fare levels provided to each of the isles.

The maintenance of scheduled air services between Orkney Mainland (Kirkwall) and the islands of Papa Westray, North Ronaldsay, Westray, Sanday, Stronsay, and Eday are essential to counter the islands peripherality, fragile economic base and depopulation of the islands. There is no rapid alternative means of transport to Kirkwall on the Orkney Mainland, and for onward connections with the Scottish Mainland. The designated services, which are currently operated by the air carrier Loganair Ltd, are essential for the maintenance of the economic and social fabric of the islands. They are used for access to essential services (e.g. educational, financial, commercial, professional, advisory and health) which cannot be provided locally; and are also used for tourism. Should these air services be withdrawn the upkeep of the airfields could be placed in jeopardy and this in turn would put at risk the vitally important air ambulance service (currently operated by helicopter) which provides the essential emergency medical link. For North Ronaldsay and Papay Westray these services are defined as lifeline services in terms of the Scottish Government criteria. In recognition of the importance of these services, subsidy is made available by Orkney Islands Council (“the Council”) to subsidise the Designated Services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 50

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 6 890 244.00  GBP

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: Yes

Description of options:

Tenderers are required to provide information and costs for 3 options as follows:

Option 1 - current service operation;

Option 2 - enhanced service (additional aircraft expected);and

Option 3 - enhanced service (additional aircraft and crew expected.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The contract value as noted at 11.2.6 is in relation to Option 1 the current services and for the contract duration of 48 months. An estimated contract value of 8,890,243 GBP is estimated to include the enhanced services. Take up of Option 2 and 3 will be subject to a Council decision following subject to Committee approval.

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:

As described in the tender documentation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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:

The bidder will need to hold the appropriate Air Operator Certificate in compliance with the Civil Aviation Authority (CAA)

III.2.2) Contract performance conditions

As per the conditions of contract included in the invitation to tender documentation.

III.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 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: 14/10/2024

Local time: 12:00

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

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 14/10/2024

Local time: 14:00

Place:

TEAMS Meeting

Information about authorised persons and opening procedure:

The postbox will be opened by Officers with delegated procurement in accordance with the Council's Contract Standing Orders.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

August 2028

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Orkney Islands Council reserves the right to cancel the procurement at any stage and not award a Contract. The expenditure, work or effort undertaken by bidders prior to the award of any Contract is accordingly a matter solely for the commercial judgement of bidders. Late tenders will not be considered by the Council and all questions are to be submitted via the questions and answers section of this contract advertisement on PCS. An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations may bring proceedings in the Sheriff Court or Court of Session.

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=777202.

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.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

The Authority is required to consider the Community Benefit that could potentially be derived from a Contract with a value in excess of 4 million GBP and considers the following factors to be suitable community benefits appropriate to the subject matter of the services to be provided under this contract:

- Supply chain development activity

- To work with schools, colleges and universities to offer work experience opportunities where appropriate; and

- To minimise negative environmental impacts, for example impacts associated with vehicle movements and/or associated emissions and impacts on protected areas, buildings or sites.

(SC Ref:777202)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=777202

VI.4) Procedures for review

VI.4.1) Review body

Kirkwall Sherriff Court

Watergate

Kirkwall

KW15 1DP

UK

Telephone: +44 1856872110

E-mail: kirkwall@scotcourts.gov.uk

Internet address(es)

URL: http://www.scotcourts.gov.uk

VI.4.2) Body responsible for mediation procedures

Kirkwall Sherriff Court

Watergate

Kirkwall

KW15 1DP

UK

Telephone: +44 1856872110

E-mail: kirkwall@scotcourts.gov.uk

Internet address(es)

URL: http://www.scotcourts.gov.uk

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

Kirkwall Sherriff Court

Watergate

Kirkwall

KW15 1DP

UK

Telephone: +44 1856872110

E-mail: kirkwall@scotcourts.gov.uk

Internet address(es)

URL: http://www.scotcourts.gov.uk

VI.5) Date of dispatch of this notice

11/09/2024

Coding

Commodity categories

ID Title Parent category
60400000 Air transport services Transport services (excl. Waste transport)
50211200 Aircraft repair services Repair and maintenance services of aircraft
60420000 Non-scheduled air transport services Air transport services
60410000 Scheduled air transport services Air transport services
63730000 Support services for air transport Support services for land, water and air transport

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
rosemary.colsell@orkney.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.