Gatwick Airport Limited: Pre-Qualification Questionnaire for London Gatwick Airport Limited Design Framework Agreements.

  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
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: Architectural, construction, engineering and inspection services.
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


View any Notice Addenda

View Award Notice