Gatwick Airport Limited is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Economic Impact Assessment - Gatwick’s study for the Airports Commission |
Notice type: | Contract Notice |
Authority: | Gatwick Airport Limited |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Consultancy Services. Gatwick Airport is seeking to appoint several operators to provide expert economic consultancy to support their submission to the Airports Commission. |
Published: | 11/12/2013 15:43 |
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
Tel. +44 8456050774, Email: procurement@gatwickairport.com, URL: www.gatwickairport.com
Attn: Kirsty Watson
Electronic Access URL: https://.delta-e-sourcing.com/delta/mainmenu.html
Electronic Submission URL: https://.delta-e-sourcing.com/delta/mainmenu.html
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: 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: Economic Impact Assessment - Gatwick’s study for the Airports Commission
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 11
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
Duration of the framework agreement:
Duration in year(s): 2
Estimated total value of purchases for the entire duration of the framework agreement:
Range between: 1,000,000 and 1,500,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Financial consultancy services. Consultancy Services. Gatwick Airport is seeking to appoint several operators to provide expert economic consultancy to support their submission to the Airports Commission.
II.1.6)Common Procurement Vocabulary:
66171000 - Financial consultancy 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: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
A two year contract with one option to extend for 12 months (2+1) with 3 lots:
Lot 1: The Provision of an Economic Impact Assessment- Provision of an economic impact assessment that conforms to the government methodologies of HMT’s Green Book and the DFT’s WebTAG.
Lot 2: Peer Review of Lot 1- Provision of a peer review of the output(s) of lot 1.
Lot 3: Economic Impact Assessment Expertise- We are seeking experts with knowledge of conducting and/or evaluating Green Book (and WebTAG) assessments, to advise on a call off basis concerning the Airport Commission process, likely outcomes and Gatwick’s inputs. We are also seeking experts on a similar basis with experience of relevant analysis which could be used as an input into Green Book (and WebTAG) assessments, without direct knowledge of conducting the assessment itself.
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: 24 (from the award of the contract)
Information About Lots
Lot No: 1
Title: The Provision of an Economic Impact Assessment
1)Short Description:
Provision of an economic impact assessment that conforms to the government methodologies of HMT’s Green Book and the DFT’s WebTAG. The work will involve carrying out Gatwick’s version of the economic impact assessment, alongside fulfilling any Commission requests needed for its own analysis, from the appointment date until August 2014. From September 2014 until December 2014, the work is likely to change in focus to evaluating the Commission’s own economic impact assessments when it goes out to public consultation.
2)Common Procurement Vocabulary:
66171000 - Financial consultancy services.
3)Quantity Or Scope:
A contract for two years with one option to extend for 12 months (2+1)
If known, estimated cost of works excluding VAT: 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: Not Provided
Lot No: 2
Title: Peer Review of Lot No:1
1)Short Description:
Provision of a peer review of the output(s) of lot 1. This peer review will provide analysis of the core conclusions derived in the work described above, to measure its suitability to support the Gatwick case for the next runway and to provide assurance to Gatwick management and shareholders about the appropriateness of the arguments used.
2)Common Procurement Vocabulary:
66171000 - Financial consultancy services.
3)Quantity Or Scope:
A two year contract with one option to extend for 12 months (2+1)
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: Economic Impact Assessment Expertise
1)Short Description:
We are seeking experts with knowledge of conducting and/or evaluating Green Book (and WebTAG) assessments, to advise on a call off basis concerning the Airport Commission process, likely outcomes and Gatwick’s inputs.
We are also seeking experts on a similar basis with experience of relevant analysis which could be used as an input into Green Book (and WebTAG) assessments, without direct knowledge of conducting the assessment itself.
2)Common Procurement Vocabulary:
66171000 - Financial consultancy services.
3)Quantity Or Scope:
A two year contract with one option to extend for 12 months (2+1)
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
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
All requirements will be listed in the Pre-Qualification Questionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
All requirements will be listed in the Pre-Qualification Questionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
All requirements will be listed in the Pre-Qualification Questionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)
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.
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:
All requirements will be listed in the Pre-Qualification Questionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)
Minimum Level(s) of standards possibly required:
All requirements will be listed in the Pre-Qualification Questionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
All requirements will be listed in the Pre-Qualification Questionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)
Minimum Level(s) of standards possibly required:
All requirements will be listed in the Pre-Qualification Questionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)
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: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 1
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: 13110
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 10/01/2014
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: 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 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. Although the Contracting Entity does not regard itself bound by Directive 2004/17 or the Utilities Contract Regulations 2006, it has decided to place this advertisement in the OJEU on a voluntary basis. While the Contracting Entity is basing this tender process on the negotiated procedure provided for in the Regulations it does not regard itself as bound by that procedure and may depart from the procedure as provided for in the Regulations at any time.
It is envisaged that the Pre-Qulaifivation Questionnaire will be opened on Friday the 13th of December 2013.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Gatwick:-Financial-consultancy-services./G44AMBDC45
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/G44AMBDC45
GO-20131211-PRO-5326253 TKR-20131211-PRO-5326252
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Gatwick Airport Limited
5th Floor, Destinations Place, Gatwick Airport, 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:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 11/12/2013
ANNEX A