Gatwick Airport Limited: Passenger Validation eGates

  Gatwick Airport Limited has published this notice through Delta eSourcing

Notice Summary
Title: Passenger Validation eGates
Notice type: Contract Notice - Utilities
Authority: Gatwick Airport Limited
Nature of contract: Supplies
Procedure: Negotiated
Short Description: Gatwick Airport is seeking to award a Framework Agreement for the supply of eGates and has an immediate requirement to raise a call-off contract for 21 units along with the associated support and maintenance services for the useful life of the asset. Future call-offs from the framework will be subject to the evolving requirements of the airport. The Passenger Validation eGate project is one element of a larger programme to redevelop the North Terminal. This programme of work will deliver a brand new security search area within the existing Check-In Zones F, G & H. This new security area will provide a world class facility utilising state of the art passenger and baggage screening technologies, bringing operational efficiencies and a great passenger experience.Passenger validation is the initial touch point with our passengers as they approach the security screening areas. Today, the passenger validation process in the North Terminal is dated and manual. This passenger experience needs to equal that of the proposed screening steps in terms of look and feel. It needs to be intuitive, modern and innovative, and give the passenger a great first impression to add to the overall impression of our validation and screening process. The new facility needs to process our growing passenger numbers which are forecast to peak around 4,500 passengers per hour in the North Terminal by 2020.
Published: 24/12/2014 09:28

View Full Notice

UK-Crawley: Security equipment.

Section I: Contracting Authority
   I.1) Name, Addresses and Contact Point(s):   
      Gatwick Airport Limited
      5th Floor Destinations Place, Gatwick Airport, Crawley, RH6 0NP, United Kingdom
      Tel. +44 1293501471, Email: paul.churchill@gatwickairport.com, URL: www.gatwickairport.com
      Contact: paul.churchill@gatwickairport.com, Attn: Paul Churchill
      Electronic Access URL: https://www.delta-esourcing.com/delta/buyers/select/emailSuppliers.html
      Electronic Submission URL: https://www.delta-esourcing.com/delta/buyers/select/emailSuppliers.html

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above    
   
   I.2) Main activity:
Section II: Object Of The Contract: SUPPLIES
   II.1) Description
      II.1.1) Title attributed to the contract by the contracting authority: Passenger Validation eGates
      II.1.2) Type of contract and location of works, place of delivery or of performance: SUPPLIES
         Purchase

         Region Codes: UKJ24 - West Sussex      
      
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement       
      
      II.1.4 )Information on framework agreement:      
      II.1.5) Short description of the contract or purchase:
       Gatwick Airport is seeking to award a Framework Agreement for the supply of eGates and has an immediate requirement to raise a call-off contract for 21 units along with the associated support and maintenance services for the useful life of the asset. Future call-offs from the framework will be subject to the evolving requirements of the airport. The Passenger Validation eGate project is one element of a larger programme to redevelop the North Terminal. This programme of work will deliver a brand new security search area within the existing Check-In Zones F, G & H. This new security area will provide a world class facility utilising state of the art passenger and baggage screening technologies, bringing operational efficiencies and a great passenger experience.Passenger validation is the initial touch point with our passengers as they approach the security screening areas. Today, the passenger validation process in the North Terminal is dated and manual. This passenger experience needs to equal that of the proposed screening steps in terms of look and feel. It needs to be intuitive, modern and innovative, and give the passenger a great first impression to add to the overall impression of our validation and screening process. The new facility needs to process our growing passenger numbers which are forecast to peak around 4,500 passengers per hour in the North Terminal by 2020.
         
      II.1.6) Common Procurement Vocabulary:
         35121000 - Security equipment.
         
      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      
      II.1.8) Lots:
         This contract is divided into lots: No
      II.1.9) Information about variants:
         Variants will be accepted: Yes    
   
   II.2) Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Gatwick Airport is seeking to award a Framework Agreement for the supply of eGates and has an immediate requirement to raise a call-off contract for 21 units along with the associated support and maintenance services for the useful life of the asset.            
      II.2.2) Options: Not Provided         
         II.2.3) Information about renewals:getContractgetOptionsgetIsSubjectToRenewal
            This contract is subject to renewal: Yes
                   
   II.3) Duration Of The Contract Or Time-Limit For Completion      
      Not Provided      
   Information About Lots
               
         
Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions relating to the contract
      III.1.1) Deposits and guarantees required:
      All requirements will be listed in the Pre-Qualification Questionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)
      
      III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      All requirements will be listed in the Pre-Qualification Questionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)
      
      III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      All requirements will be listed in the Pre-Qualification Questionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)
      
      III.1.4) Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2) Conditions For Participation
      III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2) Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         All requirements will be listed in the Pre-Qualification Questionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)         
         Minimum Level(s) of standards possibly required:
         All requirements will be listed in the Pre-Qualification Questionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)
      
      III.2.3) Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         All requirements will be listed in the Pre-Qualification Questionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)      
      III.2.4) Information about reserved contracts: Not Provided

Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1) Type of procedure: Negotiated      
      IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
                Not Provided
      
      IV.1.3) Reduction of the number of operators during the negotiation or dialogue: Not Provided   
   IV.2) Award Criteria   
      IV.2.1) Award criteria:         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2) Information about electronic auction:
         An electronic auction will be used: No       

   IV.3) Administrative Information
      IV.3.1) File reference number attributed by the contracting authority: 13282      
      IV.3.2) Previous publication(s) concerning the same contract: No

      IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4) Time-limit for receipt of tenders or requests to participate
         Date: 26/01/2015
         Time: 10:00      
      IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1) This Is A Recurrent Procurement: No
   VI.2) Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3) Additional Information: GAL (i) has voluntarily advertised this contract opportunity in the OJEU and (ii) voluntarily intends to adhere to best practice principles of Equality, Fairness & Transparency throughout the procurement process. Neither the OJEU advertisement nor GAL’s voluntary adherence to the aforementioned principles should be construed as (i) an acceptance that GAL is required to carry out the procurement process in accordance with the requirements of Directive 2004/17/EC and/or the Utilities Contracts Regulations 2006 or (ii) a legally binding representation or promise to any actual or potential bidder that GAL will adhere to the aforementioned principles in the conduct of the procurement process. Neither the issue of this notice nor any subsequent tender shall create any implied contract between GAL and any bidder, and any such implied contract is expressly excluded.No information contained in this document shall form the basis for any warranty, representation or term of any contract by GAL with any bidder. No representation, warranty or undertaking, expressed or implied in respect of any error, misstatement or representations, is or will be made, and no responsibility or liability is or will be accepted by GAL or by any of their advisers as to, or in relation to, the accuracy or completeness of the tender documents or any other written or oral information made available to any bidder or their advisers.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=124403887
GO-20141224-PRO-6255538 TKR-20141224-PRO-6255537
   
   VI.4) Procedures For Appeal
      VI.4.1) Body responsible for appeal procedures:
      Gatwick Airport Limited
      5th Floor Destinations Place, Gatwick Airport, Crawley, RH6 0NP, United Kingdom
      Tel. +44 1293505299, Email: paul.churchill@gatwickairport.com, URL: www.gatwickairport.com

      Body responsible for mediation procedures:
               Gatwick Airport Limited
         5th Floor Destinations Place, Gatwick Airport, Crawley, RH6 0NP, United Kingdom
         Tel. +44 1293505299, Email: paul.churchill@gatwickairport.com, URL: www.gatwickairport.com

      VI.4.2) Lodging of appeals: Not Provided   
   
      VI.4.3) Service from which information about the lodging of appeals may be obtained:
            Gatwick Airport Limited
      5th Floor Destinations Place, Gatwick Airport, Crawley, RH6 0NP, United Kingdom
      Tel. +44 1293505299, Email: paul.churchill@gatwickairport.com, URL: www.gatwickairport.com

   VI.5) Date Of Dispatch Of This Notice: 24/12/2014

ANNEX A

View any Notice Addenda

View Award Notice