Gatwick Airport Limited has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Provision of Noise Insulation Scheme |
Notice type: | Contract Notice |
Authority: | Gatwick Airport Limited |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | Gatwick Airport Limited is seeking a service provider to supply and fit domestic noise insulating windows and to install noise insulation for lofts. The successful service provider will liaise directly with home owners, providing they fall within a geographical boundary as determined by Gatwick Airport. The boundary is anticipated to cover in the region of 1,800 homes of varying sizes and ages. The Airport will provide financial support at pre agreed levels determined by the Airport. Please note that the Airport will be undertaking a consultation exercise for the Scheme concurrently with this tender exercise. Therefore whilst we intend to work to the timeframes indicated, outcomes of any consultation period, could delay the timeframes for this tender exercise. In order to access the PQQ information, once organisations are registered with the Delta tendering portal, they will need to use the following access code to access the requirement. This access code is: 55522729ZJ |
Published: | 01/07/2013 11:42 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Gatwick Airport Limited
8th Floor, Destinations Place, Gatwick Airport, West Sussex, RH6 0NP, United Kingdom
Tel. +44 1293505154, Email: procurement@gatwickairport.com, URL: www.gatwickairport.com
Contact: Alison Gravett, Attn: Alison Gravett
Further information can be obtained at: ANNEX A.I
Specifications and additional documents: ANNEX A.II
Tenders or requests to participate must be sent to: ANNEX A.III
I.2)Type of the contracting authority:
Other: Civil Aviation
I.3) Main activity:
Other: Airport
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Provision of Noise Insulation Scheme
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
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:
Framework agreement with a single operator
Duration of the framework agreement:
Duration in year(s): 3
II.1.5)Short description of the contract or purchase:
Glazing work. Gatwick Airport Limited is seeking a service provider to supply and fit domestic noise insulating windows and to install noise insulation for lofts. The successful service provider will liaise directly with home owners, providing they fall within a geographical boundary as determined by Gatwick Airport. The boundary is anticipated to cover in the region of 1,800 homes of varying sizes and ages. The Airport will provide financial support at pre agreed levels determined by the Airport.
Please note that the Airport will be undertaking a consultation exercise for the Scheme concurrently with this tender exercise. Therefore whilst we intend to work to the timeframes indicated, outcomes of any consultation period, could delay the timeframes for this tender exercise.
In order to access the PQQ information, once organisations are registered with the Delta tendering portal, they will need to use the following access code to access the requirement. This access code is: 55522729ZJ
II.1.6)Common Procurement Vocabulary:
45441000 - Glazing work.
IA37-7 - For insulation
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: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The estimated value for all spend under this framework is over the course of the 3 year period.
Estimated value excluding VAT: 2,700,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: No
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:
Further information will be available in the tender documentation which can be downloaded. Further information can be found in Section VI and Annex 1.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Further information will be available in the tender documentation which can be downloaded. Further information can be found in Section VI and Annex 1.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Further information will be available in the tender documentation which can be downloaded. Further information can be found in Section VI and Annex 1.
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.
Further information will be available in the tender documentation which can be downloaded.
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:
Further information will be available in the tender documentation which can be downloaded. Further information can be found in Section VI and Annex 1.
Minimum Level(s) of standards possibly required:
Further information will be available in the tender documentation which can be downloaded. Further information can be found in Section VI and Annex 1.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Further information will be available in the tender documentation which can be downloaded. Further information can be found in Section VI and Annex 1.
Minimum Level(s) of standards possibly required:
Further information will be available in the tender documentation which can be downloaded. Further information can be found in Section VI and Annex 1.
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: 13042
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: 30/07/2013
Time-limit for receipt of requests for documents or for accessing documents: 17:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 31/07/2013
Time: 17:00
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: Yes
Estimated timing for further notices to be published: Approximately 3 years time (July 2016)
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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement,and the contract will be awarded on the basis of the most economically advantageous tender.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=63329678
GO-201371-PRO-4918953 TKR-201371-PRO-4918952
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Gatwick Aiport Limited
Head of Procurement, 8th Floor, Destinations Place, Gatwick Airport, West Sussex, RH6 0NP, United Kingdom
Tel. +44 8456050774, Email: procurement@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
Head of Procurement, 8th Floor, Destinations Place, Gatwick Airport, West Sussex, RH6 0NP, United Kingdom
Tel. +44 8456050774, Email: procurement@gatwickairport.com, URL: www.gatwickairport.com
VI.5) Date Of Dispatch Of This Notice: 01/07/2013
ANNEX A
I) Addresses and contact points from which further information can be obtained:
Gatwick Airport Limited
8th Floor, Destinations Place, Gatwick Airport, RH6 0NP, United Kingdom
Email: alison.gravett@gatwickairport.com
Attn: Alison Gravett
II) Addresses and contact points from which specifications and additional documents can be obtained:
Gatwick Airport Limited
8th Floor, Destinations Place, Gatwick Airport, United Kingdom
III) Addresses and contact points to which tenders/requests to participate must be sent:
Gatwick Airport Limited (Further information can be obtained in Section IV)
(Further information can be obtained in Section IV), (Further information can be obtained in Section IV), (Further information can be obtained in Section IV), Further information can be obtained in Section IV, United Kingdom