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 |
View Full Notice
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
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