Gatwick Airport Limited has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Queue Measurement System |
Notice type: | Contract Notice - Utilities |
Authority: | Gatwick Airport Limited |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | GAL is seeking to engage a supplier for the provision of Queue measurement system that meets the requirements set out in the business requirements document. This should include supply of sensors, solution application install and setup, maintenance and ongoing support services in respect of the solution. It is expected that bidders will have suitable experience and expertise in relation to Queue measurement, as well as the ongoing capability, to provide the following services; •Application Maintenance •Web Frontend Delivery for dashboard including model device •Database Administration •Fix Development •Enhancement Development •Reporting •Testing In addition, GAL requires options for hosting services in addition to an on premises solution. GAL has an immediate requirement to raise a Work Package against the Framework Agreement and it is expected that this will be for the provision of a queue measurement system in all check-in zones in the North and South Terminals. |
Published: | 24/04/2015 17:46 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293501471, Email: paul.churchill@gatwickairport.com, URL: www.gatwickairport.com, URL: www.delta-esourcing.com
Contact: Paul Churchill, Attn: Paul Churchill
Electronic Access URL: www.delta-esourcing.com
Electronic Submission URL: www.delta-esourcing.com
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: SERVICES
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority: Queue Measurement System
II.1.2) Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 7
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:
GAL is seeking to engage a supplier for the provision of Queue measurement system that meets the requirements set out in the business requirements document. This should include supply of sensors, solution application install and setup, maintenance and ongoing support services in respect of the solution.
It is expected that bidders will have suitable experience and expertise in relation to Queue measurement, as well as the ongoing capability, to provide the following services;
•Application Maintenance
•Web Frontend Delivery for dashboard including model device
•Database Administration
•Fix Development
•Enhancement Development
•Reporting
•Testing
In addition, GAL requires options for hosting services in addition to an on premises solution.
GAL has an immediate requirement to raise a Work Package against the Framework Agreement and it is expected that this will be for the provision of a queue measurement system in all check-in zones in the North and South Terminals.
II.1.6) Common Procurement Vocabulary:
72000000 - IT services: consulting, software development, Internet and support.
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:
Not Provided
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
Duration in months: 36 (from the award of the contract)
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.
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.2.2) 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)
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.2.4) Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1) Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2) Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
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: 13335
IV.3.2) Previous publication(s) concerning the same contract: No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Date: 08/05/2015
Time-limit for receipt of requests for documents or for accessing documents: 16:00
Payable documents: No
IV.3.4) Time-limit for receipt of tenders or requests to participate
Date: 11/05/2015
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: Although the Contracting Entity does not regard itself bound by Directive 2004/17 or the Utilities ContractRegulations 2006, it has decided to place this advertisement in the OJEU on a voluntary basis. While the Contracting Entity is basing this tender process on the negotiated procedure provided for in the Regulations it does not regard itself as bound by that procedure and may depart from the procedure as provided for in the Regulations at any time.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=141830285
GO-2015424-PRO-6548058 TKR-2015424-PRO-6548057
VI.4) Procedures For Appeal
VI.4.1) Body responsible for appeal procedures:
Gatwick Airport
5th Floor Destinations Place, Crawley, RH6 0NP, United Kingdom
Email: paul.churchill@gatwickairport.com, URL: www.gatwickairport.com
Body responsible for mediation procedures:
Gatwick Airport
5th Floor Destinations Place, Crawley, RH6 0NP, United Kingdom
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
5th Floor Destinations Place, Crawley, RH6 0NP, United Kingdom
Email: paul.churchill@gatwickairport.com, URL: www.gatwickairport.com
VI.5) Date Of Dispatch Of This Notice: 24/04/2015
ANNEX A