Gatwick Airport Limited is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Baggage Framework |
Notice type: | Contract Notice - Utilities |
Authority: | Gatwick Airport Limited |
Nature of contract: | Works |
Procedure: | Negotiated |
Short Description: | Please note that Gatwick is not a utility or a contracting authority for the purposes of Directives 2004/17 and 2004/18 and Utilities Contracts Regulation 2006 and this notice is published voluntarily for publicity purposes only. Gatwick Airport is seeking framework vendors with proven experience and capability to support the delivery of various discipline works planned for Baggage Infrastructure and Systems. Core services / works disciplines required are related to Baggage Systems and Infrastructure as follows; Design / Simulation; Design and Build; Controls; Integration; and procurement activity pertaining to the purchase of Explosive Detection Equipment |
Published: | 17/07/2015 15:32 |
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
Email: norman.hall@gatwickairport.com
Attn: Norman Hall
Further information can be obtained at: As Above
Specifications and additional documents: ANNEX A.II
Tenders or requests to participate must be sent to: ANNEX A.III
I.2) Main activity:
Section II: Object Of The Contract: WORKS
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority: Baggage Framework
II.1.2) Type of contract and location of works, place of delivery or of performance: WORKS Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
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:
Please note that Gatwick is not a utility or a contracting authority for the purposes of Directives 2004/17 and 2004/18 and Utilities Contracts Regulation 2006 and this notice is published voluntarily for publicity purposes only.
Gatwick Airport is seeking framework vendors with proven experience and capability to support the delivery of various discipline works planned for Baggage Infrastructure and Systems. Core services / works disciplines required are related to Baggage Systems and Infrastructure as follows;
Design / Simulation; Design and Build; Controls; Integration; and procurement activity pertaining to the purchase of Explosive Detection Equipment
II.1.6) Common Procurement Vocabulary:
71500000 - Construction-related services.
72227000 - Software integration consultancy services.
72228000 - Hardware integration consultancy services.
38581000 - Baggage-scanning equipment.
71220000 - Architectural design services.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71310000 - Consultative engineering and construction services.
45235100 - Construction work for airports.
71243000 - Draft plans (systems and integration).
71311240 - Airport engineering services.
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: Yes
If yes, tenders should be submitted for: One or more lots
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 framework vendors with proven experience and capability to support the delivery of various discipline works planned for Baggage Infrastructure and Systems.
The framework will consist of lots as follows:
Lot 1: Design / Simulation
Lot 2: Design and Build
Lot 3: Controls
Lot 4: Integration
Lot 5: Explosive Detection Systems (EDS)
It is intended for these framework vendors to work alongside Gatwick and its staff as an extended, but integrated team to deliver against projects within the wider programme. Any works conducted, will need to be in accordance with Gatwick Airport’s technical standards.
The objectives of the framework is to enable Gatwick with a flexible supply chain with core competencies required to deliver against key projects and the wider requirements of the programme. Dependant of the scale and scope of any specific project, the Gatwick Baggage Team will seek flexible project execution options ranging from:
1)Projects self-managed by Gatwick and drawing on the framework vendors for core discipline delivery;
2)Seeking framework vendors in some instances to lead on the baggage project delivery, utilising vendors within the framework and the resource rate cards agreed.
3)Seeking framework vendors in some instances to lead as principle contractor or on a managed contracts basis, utilising vendors within the framework and the resource rate cards agreed.
Lot 5 – Additional Note
Gatwick will negotiate the purchase of the EDS equipment directly with the manufacturers; however delivery and commissioning services will be managed within the Framework.
Gatwick Airport are currently engaged in product and site evaluations to better understand limitations and constraints of site based EDS product locations
In relation to the delivery requirements of Lot 5, Gatwick will be seeking to select from the Framework vendors, suitable delivery partner (s) to support Gatwick in the delivery of circa 25 to 30 Explosive Detection Equipment for Hold Baggage Screening, in compliance to EU 185/2010 (DfT SCD01/2013) and transfer to Standard 3. Gatwick may seek to utilise partners in combination of lots 2 and 4 as Design/Build/Integrators in delivery of the EDS Programme.
The Baggage Programme costs are estimated at £200,000,000 across multiple projects over three to four years, of which EDS Standard 3 Compliance Programme is estimated at £110,000,000 to £140,000,000.
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
Lot No: 1
Title: Design / Simulation
1) Short Description:
Typical Design services including notional layouts, site surveying, concep design, developed design / detailed design and potentially validation of design. . For the purposes of this framework activity, simulation is considered as a design activity and is specifically related to baggage infrastructure simulation.
2) Common Procurement Vocabulary:
71220000 - Architectural design services.
71250000 - Architectural, engineering and surveying services.
71240000 - Architectural, engineering and planning services.
71310000 - Consultative engineering and construction services.
71243000 - Draft plans (systems and integration).
71311240 - Airport engineering services.
3) Quantity Or Scope:
Design services is estimated at £14m across the programme.
Value range between: 5,000 and 1,000,000
Currency: GBP
4) Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5) Additional Information About Lots:
Design / Simulation:
Typical Design services including notional layouts, site surveying, concep design, developed design / detailed design and potentially validation of design. . For the purposes of this framework activity, simulation is considered as a design activity and is specifically related to baggage infrastructure simulation.
Lot No: 2
Title: Design and Build
1) Short Description:
Typical Design services including notional layouts, site surveying, concept design, developed design / detailed design and potentially validation of design. Typical Building works may also include structural and infrastructure changes, multi-discipline principal contracting, interface management and / or managed contracting.
2) Common Procurement Vocabulary:
72227000 - Software integration consultancy services.
72228000 - Hardware integration consultancy services.
38581000 - Baggage-scanning equipment.
71220000 - Architectural design services.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71310000 - Consultative engineering and construction services.
45235100 - Construction work for airports.
71243000 - Draft plans (systems and integration).
71311240 - Airport engineering services.
71500000 - Construction-related services.
3) Quantity Or Scope:
Estimated at £47m across the programme.
Typical Design services including notional layouts, site surveying, concept design, developed design / detailed design and potentially validation of design. Typical Building works may also include structural and infrastructure changes, multi-discipline principal contracting, interface management and / or managed contracting.
Value range between: 1,000,000 and 20,000,000
Currency: GBP
4) Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5) Additional Information About Lots: Not Provided
Lot No: 3
Title: Baggage Controls
1) Short Description:
Mechanical hardware and controls interfacing requirement within an automated airport baggage systems environment. Gatwick Airport has a number of baggage technical standards vendors will be required to adhere to.
2) Common Procurement Vocabulary:
38581000 - Baggage-scanning equipment.
71500000 - Construction-related services.
72227000 - Software integration consultancy services.
72228000 - Hardware integration consultancy services.
71220000 - Architectural design services.
45235100 - Construction work for airports.
71243000 - Draft plans (systems and integration).
71311240 - Airport engineering services.
3) Quantity Or Scope:
Estimated at £35m across the programme
Value range between: 100,000 and 5,000,000
Currency: GBP
4) Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5) Additional Information About Lots: Not Provided
Lot No: 4
Title: Baggage Systems Integration
1) Short Description:
Capability to incorporate baggage related hardware and Explosive Detection Systems into the baggage infrastructure with key activities which may include; equipment installation, systems interfacing; solution function test and validation.
2) Common Procurement Vocabulary:
71311240 - Airport engineering services.
71500000 - Construction-related services.
72227000 - Software integration consultancy services.
72228000 - Hardware integration consultancy services.
38581000 - Baggage-scanning equipment.
71220000 - Architectural design services.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71310000 - Consultative engineering and construction services.
45235100 - Construction work for airports.
71243000 - Draft plans (systems and integration).
3) Quantity Or Scope:
A significant cost component of the design and build estimated costs of £47m
Value range between: 80,000 and 5,000,000
Currency: GBP
4) Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5) Additional Information About Lots: Not Provided
Lot No: 5
Title: Explosive Detection Systems Equpment Supply and Maintenance
1) Short Description:
Hold Baggage Screening equipment and associate solution hardware / software that comply to EU legislative requirements for Standard 3.
2) Common Procurement Vocabulary:
38581000 - Baggage-scanning equipment.
3) Quantity Or Scope:
Requirement for circa 26 to 30 Hold Baggage Screening Explosive Detection devices
Value range between: 30,000,000 and 70,000,000
Currency: GBP
4) Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5) Additional Information About Lots:
Note: Any detection equipment offered, including associated detection algorithms, MUST be certified, accredited and recognised by the United Kingdom Department For Transport.
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
Not Provided
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
It is intended for the Framework to be based upon NEC Terms and Conditions, with release of "work packages" for specific scope of works.
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:
Information and formalities necessary for evaluating if the requirements are met: All requirements will be listed in the pre-qualification document which can be downloaded from eDelta, further information in section VI.
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:
Information and formalities necessary for evaluating if the requirements are met: All requirements will be listed in the pre-qualification document which can be downloaded from eDelta, further information in section VI.
Minimum Level(s) of standards possibly required:
Information and formalities necessary for evaluating if the requirements are met: All requirements will be listed in the pre-qualification document which can be downloaded from eDelta, further information in section VI.
III.2.3) Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Information and formalities necessary for evaluating if the requirements are met: All requirements will be listed in the pre-qualification document which can be downloaded from eDelta, further information in section VI.
Minimum Level(s) of standards possibly required:
Information and formalities necessary for evaluating if the requirements are met: All requirements will be listed in the pre-qualification document which can be downloaded from eDelta, further information in section VI.
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: 13355 Baggage Framework
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: 13/08/2015
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: 16/10/2015
Time: 16:00
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: IMPORTANT:
All communication to be conducted through the MESSAGE CENTRE on the Delta Sourcing web portal please.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Gatwick:-Construction-related-services./2W43FWD7P2
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2W43FWD7P2
GO-2015717-PRO-6807946 TKR-2015717-PRO-6807945
VI.4) Procedures For Appeal
VI.4.1) Body responsible for appeal procedures:
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293501471
Body responsible for mediation procedures:
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293501471
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, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293501471
VI.5) Date Of Dispatch Of This Notice: 17/07/2015
ANNEX A
II) Addresses and contact points from which specifications and additional documents can be obtained:
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293501471, Email: norman.hall@gatwickairport.com
Contact: Norman Hall
III) Addresses and contact points to which tenders/requests to participate must be sent:
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293501471, Email: norman.hall@gatwickairport.com