Gatwick Airport Limited is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Airport Analytics Data Insight |
Notice type: | Contract Notice |
Authority: | Gatwick Airport Limited |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | Design, Implementation, Support & Maintenance of an Airports Analytics and Data Warehouse Solution |
Published: | 11/04/2016 15:52 |
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 1293502426, Email: gerry.rendell@gatwickairport.com
Contact: Gerry Rendell
Main Address: https://www.gatwickairport.com
NUTS Code: UKJ24
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
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Gatwick:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./V76KAP7QFS
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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:: Aviation
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Airport Analytics Data Insight
Reference Number: 13521
II.1.2) Main CPV Code:
72000000 - IT services: consulting, software development, Internet and support.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Design, Implementation, Support & Maintenance of an Airports Analytics and Data Warehouse Solution
II.1.5) Estimated total value:
Value excluding VAT: 500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKJ24 West Sussex
II.2.4) Description of procurement: As stated in this OJEU Contract Notice, GAL (i) has voluntarily advertised this contract opportunity in the OJEU and (ii) voluntarily intends to adhere to best practice principles of Equality, Fairness & Transparency throughout the procurement process.
Neither the OJEU advertisement nor GAL’s voluntary adherence to the aforementioned principles should be construed as (i) an acceptance that GAL is required to carry out the procurement process in accordance with the requirements of Directive 2004/17/EC and/or the Utilities Contracts Regulations 2006 or (ii) a legally binding representation or promise to any actual or potential bidder that GAL will adhere to the aforementioned principles in the conduct of the procurement process.
Neither the issue of this PQQ nor any subsequent tender shall create any implied contract between GAL and any bidder, and any such implied contract is expressly excluded.
No information contained in this document shall form the basis for any warranty, representation or term of any contract by GAL with any bidder. No representation, warranty or undertaking, expressed or implied in respect of any error, misstatement or representations, is or will be made, and no responsibility or liability is or will be accepted by GAL or by any of their advisers as to, or in relation to, the accuracy or completeness of the tender documents or any other written or oral information made available to any bidder or their advisers.
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: 500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: To be confirmed
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
Objective criteria for choosing the limited number of cadidates: 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: Gatwick are looking to partner with a supplier that will provide an optimum Airports Analytics system or model which includes Reporting, Monitoring, Analyse and Discover (Predicting but not real time) and a robust scalable Business Objects/Data Warehouse Echo System This should provide a single source of truth to Executives, Financial, Retail, Car Park, Aero and Operational areas. The solution must meet GALs innovation requirements and increasing demands and deliver greater business competitiveness and efficiencies for our Airport. The supplier is to undertake the Design, Implementation, Support & Maintenance for a 5-year period.
GAL Data warehouse available size is 1 TB, out of which 754 GB has been used with an increment of data feeds by 20-25GB on quarterly basis.
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:
All requirements will be listed in the documents which can be downloaded from eDelta, further information in section VI.
III.1.2) Economic and financial standing
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.1.3) 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
All requirements will be listed in the documents which can be downloaded from eDelta, further information in section VI.
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
IV.1.1) Type of procedure: Negotiated Acclerated
Justification for the choice of accelerated procedure: To meet project and business timelines.
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 a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Cost certainty for 5 years
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
IV.1.5) Information about negotiation: No.
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: 26/04/2016 Time: 09:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 02/05/2016
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:
Until: 30/11/2016
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./V76KAP7QFS
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/V76KAP7QFS
VI.4) Procedures for review
VI.4.1) Review body:
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293502426
VI.4.2) Body responsible for mediation procedures:
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293502426
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:
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293501471
VI.5) Date Of Dispatch Of This Notice: 11/04/2016
Annex A