Gatwick Airport Limited: Gatwick Airport - Engineering Design Framework

  Gatwick Airport Limited is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Gatwick Airport - Engineering Design Framework
Notice type: Contract Notice
Authority: Gatwick Airport Limited
Nature of contract: Services
Procedure: Negotiated
Short Description: GAL seeks to replace its current architect led and civil led design frameworks which will expire in August 2013 with a new comprehensive non-exclusive Engineering Design Framework. In the context of this PQQ ‘Engineering Design’ is used to describe the fullest range of activities by appropriately skilled personnel to develop and detail design solutions in relation to the addition to, development modification operation maintenance and removal and disposal of the physical infrastructure of Gatwick Airport.
Published: 13/03/2013 15:43
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Gatwick: Design consultancy services.

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 8456050774, URL: www.gatwickairport.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)Type of the contracting authority:
      Other: Airport Related Industry

   I.3) Main activity:
      Social protection
      Other: Airport Related Industry

   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: Gatwick Airport - Engineering Design Framework
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 12

         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 several operators
            Number: 6
         Duration of the framework agreement:
            Duration in year(s): 4             
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 1 and 15,000,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      Design consultancy services. Architectural design services. Engineering design services. Engineering design services for mechanical and electrical installations for buildings. Engineering design services for the construction of civil engineering works. Architectural services for buildings. Architectural services for outdoor areas. Architectural services for building extensions. Quantity surveying services. Foundation design services. Ancillary building services. Load-bearing structure design services. Verification of load-bearing structure design services. Site-investigation services. Construction supervision services. Construction consultancy services. Construction management services. GAL seeks to replace its current architect led and civil led design frameworks which will expire in August 2013 with a new comprehensive non-exclusive Engineering Design Framework. In the context of this PQQ ‘Engineering Design’ is used to describe the fullest range of activities by appropriately skilled personnel to develop and detail design solutions in relation to the addition to, development modification operation maintenance and removal and disposal of the physical infrastructure of Gatwick Airport.
         
      II.1.6)Common Procurement Vocabulary:
         79415200 - Design consultancy services.
         
         71220000 - Architectural design services.
         
         71320000 - Engineering design services.
         
         71321000 - Engineering design services for mechanical and electrical installations for buildings.
         
         71322000 - Engineering design services for the construction of civil engineering works.
         
         71221000 - Architectural services for buildings.
         
         71222000 - Architectural services for outdoor areas.
         
         71223000 - Architectural services for building extensions.
         
         71324000 - Quantity surveying services.
         
         71325000 - Foundation design services.
         
         71326000 - Ancillary building services.
         
         71327000 - Load-bearing structure design services.
         
         71328000 - Verification of load-bearing structure design services.
         
         71510000 - Site-investigation services.
         
         71520000 - Construction supervision services.
         
         71530000 - Construction consultancy services.
         
         71540000 - Construction management 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: 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:
      Not Provided      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (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:
      Not Applicable
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      To be specified in the Request for Proposal (RFP).
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      To be specified in the Request for Proposal (RFP).
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      To be specified in the Request for Proposal (RFP).      
   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:
         As set out in the Pre-Qualification Questionnaire (PQQ).         
         Minimum Level(s) of standards possibly required:
         As set out in the Pre-Qualification Questionnaire (PQQ).
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         As set out in the Pre-Qualification Questionnaire (PQQ).         
         Minimum Level(s) of standards possibly required:
         As set out in the Pre-Qualification Questionnaire (PQQ).      
      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
         Some candidates have already been selected: No      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 6 and maximum number: 15         
         Objective Criteria for choosing the limited number of candidates:
         GAL shall use the Objective criteria for choosing the candidates, who shall proceed to the request for proposal (RFP) stage, as set out in the pre-qualification questionnaire (PQQ). Suppliers must read through this set of instructions set out below and follow the process set out in the PQQ in order to be able to participate in this procurement . The information and/or documents for this procurement are available on https://www.delta-esourcing.com/delta You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage. Suppliers must log in, go to your Response Manager and add the following access code: 7SK7E9P942. Please ensure you follow any instruction provided to you here. The deadline for submitting your response(s) is 1200 hours BST12.4.2013. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents. If you experience any technical difficulties please contact the Delta eSourcing helpdesk on call +44 8452707050 or e-mail helpdesk@deltaesourcing.com      
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue: No    
   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: 20000-XX-B-XXX-TEN-000001      
      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: 11/04/2013
      Time-limit for receipt of requests for documents or for accessing documents: 12:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 12/04/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 06/05/2013      
      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: The Negotiated Procedure shall rely on the Regulation exemption in respect of electronic issue by reducing the time for the receipt of the EOI and completed PQQ to 30 days. The planned dates are: pre-qualification questionnaire (PQQ) issued to OJEU by 12.3.2013; PQQ responses to be submitted by interested parties by 12.4.2013; tenderers advised of results of PQQ evaluation by 3.5.2013; Request for Proposal (RFP) to be issued by 6.5.2013; RFP closure date 30.5.2013. Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage. Suppliers must log in, go to your Response Manager and add the following access code: 7SK7E9P942. Please ensure you follow any instruction provided to you here. The deadline for submitting your response(s) is 12.4.2013, no later than 1200 BST. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents. If you experience any technical difficulties please contact the Delta eSourcing helpdesk on call +44 8452707050 or e-mail helpdesk@delta-esourcing.com.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Gatwick:-Design-consultancy-services./7SK7E9P942

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7SK7E9P942
GO-2013313-PRO-4653938 TKR-2013313-PRO-4653937
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 13/03/2013

ANNEX A

View any Notice Addenda

View Award Notice

UK-Gatwick: Design consultancy services.

Section I: Contracting Authority
   Title: UK-Gatwick: Design consultancy services.
   I.1)Name, Addresses and Contact Point(s):
      Gatwick Airport Limited
      5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
      Tel. +44 8456050774, URL: www.gatwickairport.com

   I.2)Type of the contracting authority:
      Other: Airport-related Activities

   I.3) Main activity:
      Other: Airport-related Activities

   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
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Gatwick Airport - Engineering Design Framework      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 12
         
         Region Codes: UKJ24 - West Sussex         
      II.1.3)Information about a framework or a dynamic purchasing system:
         The notice involves the establishment of a framework agreement                   
      II.1.4)Short description of the contract or purchase(s):
         Design consultancy services. Architectural design services. Engineering design services. Engineering design services for mechanical and electrical installations for buildings. Engineering design services for the construction of civil engineering works. Architectural services for buildings. Architectural services for outdoor areas. Architectural services for building extensions. Quantity surveying services. Foundation design services. Ancillary building services. Load-bearing structure design services. Verification of load-bearing structure design services. Site-investigation services. Construction supervision services. Construction consultancy services. Construction management services. GAL seeks to replace its current architect led and civil led design frameworks which will expire in August 2013 with a new comprehensive non-exclusive Engineering Design Framework.
      II.1.5)Common procurement vocabulary:
         79415200 - Design consultancy services.
         71220000 - Architectural design services.
         71320000 - Engineering design services.
         71321000 - Engineering design services for mechanical and electrical installations for buildings.
         71322000 - Engineering design services for the construction of civil engineering works.
         71221000 - Architectural services for buildings.
         71222000 - Architectural services for outdoor areas.
         71223000 - Architectural services for building extensions.
         71324000 - Quantity surveying services.
         71325000 - Foundation design services.
         71326000 - Ancillary building services.
         71327000 - Load-bearing structure design services.
         71328000 - Verification of load-bearing structure design services.
         71510000 - Site-investigation services.
         71520000 - Construction supervision services.
         71530000 - Construction consultancy services.
         71540000 - Construction management services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 1
         Currency: GBP

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Accelerated Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Concept Design - 40
         Preliminary Design - 25
         Tendered Price Score - 15
         Price Schedule - 20
         
      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: 20000-XX-B-XXX-TEN-000001         
      IV.3.2)Previous publication(s) concerning the same contract: Yes

         Notice on a buyer profile
         Notice number in OJ: 2013/S 54 - 88949 of 16/03/2013         
         
         
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: 1

      V.1)Date Of Contract Award: 14/08/2013      
      V.2) Information About Offers
         Number Of Offers Received: 11          
         Number Of Offers Received By Electronic Means: 11       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Atkins Limited
         Postal address: Euston Tower, 208 Euston Road
         Town: London
         Postal code: NW1 3AT
         Country: United Kingdom
         Email: info@atkinsglobal.com
         Telephone: +44 2071212000
         Internet address: http://www.atkinsglobal.com
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 1
            Currency: GBP

         If annual or monthly value:
            Number of years: 4
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Not known

   
   2: Award And Contract Value
      Contract No: 2

      V.1)Date Of Contract Award: 14/08/2013      
      V.2) Information About Offers
         Number Of Offers Received: 11          
         Number Of Offers Received By Electronic Means: 11       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: CH2M Hill United Kingdom
         Postal address: Elms House, 43 Brook Green
         Town: London
         Postal code: W6 7EF
         Country: United Kingdom
         Telephone: +44 2034798000
         Internet address: http://www.ch2m.com
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 1
            Currency: GBP

         If annual or monthly value:
            Number of years: 4
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Not known

   
   3: Award And Contract Value
      Contract No: 3

      V.1)Date Of Contract Award: 14/08/2013      
      V.2) Information About Offers
         Number Of Offers Received: 11          
         Number Of Offers Received By Electronic Means: 11       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Jacobs U.K. Limited
         Postal address: 1180 Eskdale Road, Winnersh
         Town: Wokingham
         Postal code: RG41 5TU
         Country: United Kingdom
         Telephone: +44 1189467000
         Fax: +44 1189467001
         Internet address: http://www.jacobs.com/
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 1
            Currency: GBP

         If annual or monthly value:
            Number of years: 4
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Not known

   
   4: Award And Contract Value
      Contract No: 4

      V.1)Date Of Contract Award: 14/08/2013      
      V.2) Information About Offers
         Number Of Offers Received: 11          
         Number Of Offers Received By Electronic Means: 11       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Morgan Sindall Professional Services Limited
         Postal address: 20 Timothy’s Bridge Road, Stratford Enterprise Park
         Town: Stratford-Upon-Avon
         Postal code: CV37 9NJ
         Country: United Kingdom
         Telephone: +44 1789204288
         Internet address: http://professionalservices.morgansindall.com
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 1
            Currency: GBP

         If annual or monthly value:
            Number of years: 4
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Not known

   
   5: Award And Contract Value
      Contract No: 5

      V.1)Date Of Contract Award: 14/08/2013      
      V.2) Information About Offers
         Number Of Offers Received: 11          
         Number Of Offers Received By Electronic Means: 11       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Parsons Brinckerhoff Ltd
         Postal address: 6 Devonshire Square
         Town: London
         Postal code: EC2M 4YE
         Country: United Kingdom
         Telephone: +44 2073371700
         Internet address: http://www.pbworld.com
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 1
            Currency: GBP

         If annual or monthly value:
            Number of years: 4
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Not known

   
   6: Award And Contract Value
      Contract No: 6

      V.1)Date Of Contract Award: 14/08/2013      
      V.2) Information About Offers
         Number Of Offers Received: 11          
         Number Of Offers Received By Electronic Means: 11       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Pascall + Watson, MACE, Ramboll Consortium
         Postal address: 5 Carlson Court, 116 Putney Bridge Road
         Town: London
         Postal code: SW15 2NQ
         Country: United Kingdom
         Email: info@pascalls.co.uk
         Telephone: +44 2088741311
         Fax: +44 2088742584
         Internet address: http://www.pascalls.co.uk
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 1
            Currency: GBP

         If annual or monthly value:
            Number of years: 4
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Not known

   
   7: Award And Contract Value
      Contract No: 7

      V.1)Date Of Contract Award: 14/08/2013      
      V.2) Information About Offers
         Number Of Offers Received: 11          
         Number Of Offers Received By Electronic Means: 11       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: The Environmental Consultancy Limited t/a RPS
         Postal address: 20 Western Avenue, Milton Park, Abingdon
         Town: Oxfordshire
         Postal code: OX14 4SH
         Country: United Kingdom
         Email: rpsox@rpsgroup.com
         Telephone: +44 1235821888
         Internet address: http://www.rpsgroup.com
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 1
            Currency: GBP

         If annual or monthly value:
            Number of years: 4
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Not known

   
   8: Award And Contract Value
      Contract No: 8

      V.1)Date Of Contract Award: 14/08/2013      
      V.2) Information About Offers
         Number Of Offers Received: 11          
         Number Of Offers Received By Electronic Means: 11       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: URS Infrastructure & Environment UK Limited
         Postal address: Scott House, Alencon Link
         Town: Basingstoke
         Postal code: RG21 7PP
         Country: United Kingdom
         Telephone: +44 1256310200
         Fax: +44 1256310201
         Internet address: http://www.ursglobal.com
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 1
            Currency: GBP

         If annual or monthly value:
            Number of years: 4
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Not known


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=72415511
GO-201394-PRO-5089513 TKR-201394-PRO-5089512   
   VI.3.1)Body responsible for appeal procedures:
      Gatwick Airport Limited
      5th Floor, Destinations Place, Gatwick Airport, Crawley, RH6 0NP, United Kingdom
      Tel. +44 1293501471, URL: www.gatwickairport.com
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 04/09/2013