Gatwick Airport Limited is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Pre-Qualification Questionnaire for London Gatwick Airport Limited Design Framework Agreements. |
Notice type: | Contract Notice |
Authority: | Gatwick Airport Limited |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | London Gatwick Airport Limited (GAL) has a forthcoming requirement to refresh its Design Framework Agreements. This encompasses multi-disciplinary services, civil and structural engineering, architectural, mechanical engineering, fire engineering and baggage design. GAL is seeking interested suppliers from across the market, typically involved in the design of construction projects in the Aviation sector. Following GAL’s early market engagement with the supply chain we have now released a PQQ document for completion by interested suppliers. To participate in the selection process, Potential Providers are invited to complete the PQQ document. The information to be provided is intended to enable London Gatwick to evaluate the eligibility, economic and financial standing, and technical and professional ability of providers. Suitable candidates will be taken to the next stage of the process and invited to reply to the RFP. |
Published: | 22/09/2023 16:06 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 3448920322, Email: supplychain@Gatwickairport.com
Contact: Pius Appiah
Main Address: http://www.Gatwickairport.com, Address of the buyer profile: http://www.Gatwickairport.com
NUTS Code: UKJ
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://www.delta-esourcing.com/respond/C3Y9AG849R
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/C3Y9AG849R to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: Airport
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Pre-Qualification Questionnaire for London Gatwick Airport Limited Design Framework Agreements.
Reference Number: Not provided
II.1.2) Main CPV Code:
71000000 - Architectural, construction, engineering and inspection services.
IA01-9 - Design and construction
JA04-0 - For design
II.1.3) Type of contract: SERVICES
II.1.4) Short description: London Gatwick Airport Limited (GAL) has a forthcoming requirement to refresh its Design Framework Agreements. This encompasses multi-disciplinary services, civil and structural engineering, architectural, mechanical engineering, fire engineering and baggage design. GAL is seeking interested suppliers from across the market, typically involved in the design of construction projects in the Aviation sector.
Following GAL’s early market engagement with the supply chain we have now released a PQQ document for completion by interested suppliers.
To participate in the selection process, Potential Providers are invited to complete the PQQ document. The information to be provided is intended to enable London Gatwick to evaluate the eligibility, economic and financial standing, and technical and professional ability of providers. Suitable candidates will be taken to the next stage of the process and invited to reply to the RFP.
II.1.5) Estimated total value:
Value excluding VAT: 60,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: maximum number of lots: 3
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Refer to the PQQ document
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1A – Multi – disciplinary Services
Lot No: Lot 1A
II.2.2) Additional CPV codes:
71311000 - Civil engineering consultancy services.
71311300 - Infrastructure works consultancy services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: London Gatwick Airport Limited operates the busiest single runway airport in the world, the second largest airport in the UK and the tenth busiest international airport globally. The scope of airport operations is broad, covering all aspects of airfield, terminal, passenger, and baggage management, as well as administering the property and retail business. As such, the airport collaborates closely with various stakeholders, including but not limited to airlines, the UK Civil Aviation Authority, retailers, public advisory groups, and public transport operators, to ensure a seamless experience for our customers.
The New Design Framework Agreement will seek interest from suppliers from across multiple Design fields including Multi – Disciplinary Design Services, Fire Engineering, Architectural Services, Airfield Design, Baggage Services, Integration Services.
The framework shall contain three main Lots and Sub Lots as below:
Lot 1
Lot 1A – Multi – disciplinary Services
Lot 1B – Airfield Services
Lot 2
Baggage Renewal Services
Lot 3
Lot 3A – Multi – disciplinary SMEs
Lot 3B – Fire Engineering
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: There is an extension option of 2 years.
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Below presents the proposed procurement programme. This is intended as an indicative guide only.
Planned dates for key stages are as follows:
•Deadline for submission of completed PQQ – 20 October 2023
•Potential Providers advised of results of PQQ evaluation – 18 December 2023
•Request for Proposal (RFP) to be issued – 4 January 2024
•RFP closure date – 16 February 2024
II.2) Description Lot No. 2
II.2.1) Title: Lot 1B – Airfield Services
Lot No: Lot 1B
II.2.2) Additional CPV codes:
71220000 - Architectural design services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Refer to the PQQ
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Refer to the Tender documents
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Lot 2 - Baggage Renewal Services
Lot No: Lot 2
II.2.2) Additional CPV codes:
34961000 - Baggage-handling system.
63112000 - Baggage handling services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Refer to the PQQ document
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Refer to the tender documents
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 4
II.2.1) Title: Lot 3A – Multi – disciplinary SMEs
Lot No: Lot 3A
II.2.2) Additional CPV codes:
71220000 - Architectural design services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Refer to the PQQ Document
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Refer to the tender documents
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 5
II.2.1) Title: Lot 3B – Fire Engineering
Lot No: Lot 3B
II.2.2) Additional CPV codes:
71317100 - Fire and explosion protection and control consultancy services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Refer to the PQQ document
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Refer to the tender documents
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 22/10/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Gatwick:-Architectural%2C-construction%2C-engineering-and-inspection-services./C3Y9AG849R
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/C3Y9AG849R
VI.4) Procedures for review
VI.4.1) Review body:
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 22/09/2023
Annex A