Gatwick Airport Limited: Logistic Services

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

Notice Summary
Title: Logistic Services
Notice type: Contract Notice
Authority: Gatwick Airport Limited
Nature of contract: Services
Procedure: Negotiated
Short Description: Provision of end to end third party logistics services for the airport and airport concessionaire, including receipt of freight deliveries into the airport, security screening, temporary storage and effective delivery to end location. More information is available in the pre-qualification document.
Published: 04/01/2013 14:21
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: Storage and warehousing services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Gatwick Airport Limited
      8th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
      Tel. +44 1293502599, Email: procurement@gatwickairport.com, URL: www.gatwickairport.com\business, URL: Susie Hart - Procurement Lead Airport Operations
      Electronic Access URL: www.delta-esourcing.com
      Electronic Submission URL: www.delta-esourcing.com

      Further information can be obtained at: As Above       
      Specifications and additional documents: ANNEX A.II
            
      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: Civil Aviation

   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: Logistic Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 20

         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 a single operator
         Duration of the framework agreement:
            Duration in year(s): 5             
         Justification for a framework agreement the duration of which exceeds four years:
         Agreement is predicated on an upfront capital investment element which will be amortised over the duration of the contract.
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 25,000,000 and 35,000,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      Storage and warehousing services. Parcel transport services. Parcel delivery services. Provision of end to end third party logistics services for the airport and airport concessionaire, including receipt of freight deliveries into the airport, security screening, temporary storage and effective delivery to end location. More information is available in the pre-qualification document.
         
      II.1.6)Common Procurement Vocabulary:
         63120000 - Storage and warehousing services.
         
         60161000 - Parcel transport services.
         
         64121200 - Parcel delivery 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: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Provision of end to end logistics services suitable for all airport concessionaires, Gatwick Airport's engineering teams, and airline partners. the scope of work may include but not be limited to:

management of goods deliveries into the airport;
receipting of goods;
security screening of goods;
storage and stock management of goods;
delivery slot booking and delivery of goods to the end location, either in the terminal or on the airfield;
management, removal and / or reuse of goods packaging.

The scope of work will include but not be limited to following goods types:
food products including chilled and frozen food,
high value consumer products,
aircraft parts,
engineering parts,
fast moving consumer goods.                  
         Estimated value excluding VAT:
         Range between: 25,000,000 and 35,000,000
         Currency: GBP
               
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                  
      If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
         Duration in months: 60
         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 12/07/2013
         Completion: 31/10/2018

   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:
      All requirements will be set out within the procurement pack and pre-qualification document. Further information on obtaining the documentation is available in Section VI.3
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      All requirements will be set out within the procurement pack and pre-qualification document. Further information on obtaining the documentation is available in Section VI.3
      
      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 set out within the procurement pack and pre-qualification document. Further information on obtaining the documentation is available in Section VI.3
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      All requirements will be set out within the procurement pack and pre-qualification document. Further information on obtaining the documentation is available in Section VI.3      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      To streamline the pre-qualification process, GAL utilises Constructionline.

Constructionline is the UK Government’s national pre-qualification register for contractors, consultants and material suppliers.
Applicants not registered with Constructionline are encouraged to do so. It will simplify the pre-qualification process and you will be required to complete the generic pre-qualification information only once and submit directly to Constructionline to gain your registration number. Further information can be found on Constructionline’s website at www.constructionline.co.uk.
Technical Requirements must be completed by all applicants and submitted to GAL via the Delta portal
The Constructionline Notational Value for this contract is 14,000,000 GBP over the life of the contract (4 years).
If your company is not registered on Constructionline and you wish to register, please contact Becci Marshall, Constructionline Business Development Manager (becci.marshall@capita.co.uk) +44 7827 842600.
Please note that Constructionline requires full documentation to be submitted at least 10 days prior to the deadline closure for this tender.
If you are currently registered with Constructionline, please log on to Constructionline www.constructionline.co.uk to ensure that your registration is current and that you fulfil the criteria of the OJEU advert. If you have any questions regarding your registration status, please contact Andy Preston, Constructionline Client Relationship Manager (andrew.preston@capita.co.uk) +44 7584 703352.      
      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 set out within the procurement pack and pre-qualification document. Further information on obtaining the documentation is available in Section VI.3         
         Minimum Level(s) of standards possibly required:
         All requirements will be set out within the procurement pack and pre-qualification document. Further information on obtaining the documentation is available in Section VI.3
      
      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 set out within the procurement pack and pre-qualification document. Further information on obtaining the documentation is available in Section VI.3         
         Minimum Level(s) of standards possibly required:
         All requirements will be set out within the procurement pack and pre-qualification document. Further information on obtaining the documentation is available in Section VI.3      
      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      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 3         
         Objective Criteria for choosing the limited number of candidates:
         All requirements will be set out within the procurement pack and pre-qualification document. Further information on obtaining the documentation is available in Section VI.3      
      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: CSF12001      
      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: 31/01/2013
      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: 19/02/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 19/03/2013      
      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: Yes
      Estimated timing for further notices to be published: June 2017
   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: 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.The information and/or documents for this opportunity are available on https://www.delta-esourcing.com or following the link below.

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.

Please ensure you follow any instructions provided to you.

The deadline for submitting your response(s) is 19/02/2013 (12:00). 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 +44 845 2707050 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:-Storage-and-warehousing-services./J25KU7Z6Y2

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/J25KU7Z6Y2
GO-201314-PRO-4494455 TKR-201314-PRO-4494454
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Gatwick Airport Limited
      Head of Procurement, 8th Floor, Destinations Place, Gatwick, RH6 0NP, United Kingdom
      Tel. +44 1293502599, Email: procurement@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: 04/01/2013

ANNEX A
   
   II) Addresses and contact points from which specifications and additional documents can be obtained:
      Gatwick Airport Limited
      8th Floor, Destinations Place, Gatwick, RH6 0NP, United Kingdom
      Tel. +44 1293502599   

View any Notice Addenda

View Award Notice

UK-Gatwick: Storage and warehousing services.

Section I: Contracting Authority
   Title: UK-Gatwick: Storage and warehousing services.
   I.1)Name, Addresses and Contact Point(s):
      Gatwick Airport Limited
      8th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
      Tel. +44 1293502599, Email: procurement@gatwickairport.com, URL: www.gatwickairport.com\business, URL: Goran Jovanovic - Process and Systems Manager Gatwick Airport
      Electronic Access URL: www.delta-esourcing.com
      Electronic Submission URL: www.delta-esourcing.com

   I.2)Type of the contracting authority:
      Other: Public Utility

   I.3) Main activity:
      Other: Transport

   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: Logistic Services      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 20
         Do you agree to the publication of this notice?: Yes          
         Region Codes: UKJ24 - West Sussex         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Storage and warehousing services. Parcel transport services. Parcel delivery services. Provision of end to end third party logistics services for the airport and airport concessionaire, including receipt of freight deliveries into the airport, security screening, temporary storage and effective delivery to end location. More information is available in the pre-qualification document.
      II.1.5)Common procurement vocabulary:
         63120000 - Storage and warehousing services.
         60161000 - Parcel transport services.
         64121200 - Parcel delivery 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)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Open
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Technical Requirements (Section 12) - 32
         Account Management (Section 13) - 10
         Mobilisation (Section 14) - 10
         General Service and Disruption Capacity Provision (Section 11) and Benefits and Innovation (Section 15) - 13
         Price - 35
         
      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: CSF12001         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: CSF12001

      V.1)Date Of Contract Award: 11/06/2013      
      V.2) Information About Offers
         Number Of Offers Received: 3          
         Number Of Offers Received By Electronic Means: 3       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: DHL Supply Chain
         Postal address: 251 Midsummer Boulevard, Buckinghamshire
         Town: Milton Keynes
         Postal code: MK9 1EQ
         Country: United Kingdom
         Internet address: www.dhl.com
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

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=63249077
GO-2013612-PRO-4871961 TKR-2013612-PRO-4871960   
   VI.3.1)Body responsible for appeal procedures:
      Gatwick Airport Limited
      Head of Procurement, 8th Floor, Destinations Place, Gatwick, RH6 0NP, United Kingdom
      Tel. +44 1293502599, Email: procurement@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: 12/06/2013