Gatwick Airport Limited: Provision of Resource Secondment Framework for IT

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

Notice Summary
Title: Provision of Resource Secondment Framework for IT
Notice type: Contract Notice - Utilities
Authority: Gatwick Airport Limited
Nature of contract: Services
Procedure: Negotiated
Short Description: IT services: consulting, software development, Internet and support. Gatwick Airport are seeking approx 2-3 suppliers to provide Secondment Services for IT related roles.
Published: 24/09/2015 08:56
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: IT services: consulting, software development, Internet and support.

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
      Email: gerry.rendell@gatwickairport.com
      Contact: Gerry Rendell
      Electronic Access URL: https://www.delta-esourcing.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) Main activity:
Section II: Object Of The Contract: SERVICES
   II.1) Description
      II.1.1) Title attributed to the contract by the contracting authority: Provision of Resource Secondment Framework for IT
      II.1.2) Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 7

         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:      
      II.1.5) Short description of the contract or purchase:
       IT services: consulting, software development, Internet and support. Gatwick Airport are seeking approx 2-3 suppliers to provide Secondment Services for IT related roles.
         
      II.1.6) Common Procurement Vocabulary:
         72000000 - IT services: consulting, software development, Internet and support.
         
      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:
      Gatwick is seeking to award a Framework agreement to multiple suppliers (anticipated 2 - 3) for Secondment Services ensuring:
1) Standard terms & conditions across multiple suppliers
2) Standardised daily rates per role with the anticipated engagement duration of 1 week to 3 months.
3) Flexible deployment, sometimes at short notice and for short duration, typically 5 workings days leadtime.
4) Ability to obtain wide range of secondment services covering IT field support, software development, infrastructure support, business analysis, project management, testing etc.
Role examples:
•Project manager
•Test Manager
•IT Security Engineer
•IT Solution Architect
•Business Analyst
•Project co-ordinator
•IT Technical Analyst
•IT Field Technician
•IT Software Engineer
•IT Process Analyst

5)Engagement of suppliers with access to a pool of resources based in the UK, preferably not London centric, who have experience in the Aviation sector (Airline, Airport, Ground hander, Cargo handler, Facility Management).
6)Supplier diversity to increase competition and maximise candidate availability.
7)Competition among suppliers for each assignment, ensuring quality and value for money.
8)The work allocation and monitoring of the resources is managed by Gatwick directly, in line with the role engaged. Any intellectual property created through these assignments shall belong to Gatwick.
The Framework Agreement has zero commitment to supplier. However, such agreements enable the awarded suppliers to participate in the future secondment service requests from Gatwick and submit proposals.
Gatwick will contract with the successful supplier, not direct to a candidate resource, therefore recruitment agencies need not apply.            
      II.2.2) Options: No          
         II.2.3) Information about renewals:getContractgetOptionsgetIsSubjectToRenewal
            This contract is subject to renewal: Yes
                   
   II.3) Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)
      
   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 listed in the pre-qualification document which can be downloaded from eDelta, further information in section VI.
      
      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 document which can be downloaded from eDelta, further information in section VI.
      
      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 document which can be downloaded from eDelta, further information in section VI.
      
      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 document which can be downloaded from eDelta, further information in section VI.
      
      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 document which can be downloaded from eDelta, further information in section VI.      
      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: Not Provided

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:
                Not Provided
      
      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: 13340      
      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: 26/10/2015
         Time: 10:00      
      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: Yes
      Estimated timing for further notices to be published: 2019
   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: 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 notice 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.
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./34299JFDZ9

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/34299JFDZ9
GO-2015924-PRO-7110078 TKR-2015924-PRO-7110077
   
   VI.4) Procedures For Appeal
      VI.4.1) Body responsible for appeal procedures:
      Not Provided

      VI.4.2) Lodging of appeals: Not Provided   
   
      VI.4.3) 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: 24/09/2015

ANNEX A

View any Notice Addenda



Section I: Contracting Entity

   I.1)Name, Addresses and Contact Point(s):
      Gatwick Airport Limited
      5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
      Email: gerry.rendell@gatwickairport.com
      Contact: Gerry Rendell
      Electronic Access URL: https://www.delta-esourcing.com/delta/mainMenu.html

   I.2) Main activity OR Activities of the Contracting Entity:
      Not Provided

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Provision of Resource Secondment Framework      
      II.1.2)Type of contract and location of works:
         SERVICES
         Service Category: 27
         In case of contract for service categories 17 to 27 (see Annex C), Do you agree to the publication of this notice?: Yes             NUTS Code: UKJ2 - Surrey, East and West Sussex                  
      II.1.3)The notice involves (if applicable)
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
          Not Provided          
      II.1.5)Common procurement vocabulary:      
         72000000 - IT services: consulting, software development, Internet and support.
      II.1.6)Contract covered by the Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Not Provided
   II.2)Total Final Value Of Contract(s) Awarded
      II.2.1)Total Final Value Of Contract(s) Awarded(Give figures only)
                  Not Provided

Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Negotiated with a call for competition
   IV.2)Award Criteria
      IV.2.1)Award criteria: Not Provided
      IV.2.2)An electronic auction has been used:
         Not Provided
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority:
Not Provided       IV.3.2)Previous publication(s) concerning the same contract:
Not Provided
Section V: Award Of Contract
   
   1: Award And Contract Value
      Contract No: 13340

      V.1.1)Date Of Contract Award: 24/02/2016
      V.1.2)Number Of Offers Received: 16
      V.1.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Levy Associates Limited
         Postal address: Pilgrims Lodge, Holywell Hill
         Town: St. Albans
         Postal code: AL1 1ER
         Country: United Kingdom
         Email: Contracts@levy.eu.com
      V.1.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 2,000,000
            Currency: GBP

         Total final value of the contract
            Value: 2,000,000
            Currency: GBP
         If annual or monthly value:
            Number of years: 4
      V.1.5)Information about subcontracting:
         The contract is likely to be subcontracted: No

   
   2: Award And Contract Value
      Contract No: Not Provided

      V.1.1)Date Of Contract Award: 24/02/2016
      V.1.2)Number Of Offers Received: 16
      V.1.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Affini Technology Limited
         Postal address: Field House Uttoxeter Old Road
         Town: Derby
         Postal code: DE1 1NH
         Country: United Kingdom
         Email: Milan.Webb@affini.co.uk
      V.1.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 2,000,000
            Currency: GBP

         Total final value of the contract
            Value: 2,000,000
            Currency: GBP
         If annual or monthly value:
            Number of years: 4
      V.1.5)Information about subcontracting:
         The contract is likely to be subcontracted: No

   
   3: Award And Contract Value
      Contract No: Not Provided

      V.1.1)Date Of Contract Award: 24/02/2016
      V.1.2)Number Of Offers Received: 16
      V.1.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: ARGYLL SCOTT TECHNOLOGY LIMITED
         Postal address: 165 Fleet Street
         Town: London
         Postal code: EC4A 2DY
         Country: United Kingdom
         Email: nlone@argyllscott.com
      V.1.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 2,000,000
            Currency: GBP

         Total final value of the contract
            Value: 2,000,000
            Currency: GBP
         If annual or monthly value:
            Number of years: 4
      V.1.5)Information about subcontracting:
         The contract is likely to be subcontracted: No

   
   4: Award And Contract Value
      Contract No: Not Provided

      V.1.1)Date Of Contract Award: 24/02/2016
      V.1.2)Number Of Offers Received: 16
      V.1.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: City Change Management Ltd
         Postal address: Aquila House, Waterloo Road
         Town: Chelmsford
         Postal code: CM1 1BN
         Country: United Kingdom
         Email: TBretman@citychangemanagement.co.uk
      V.1.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 2,000,000
            Currency: GBP

         Total final value of the contract
            Value: 2,000,000
            Currency: GBP
         If annual or monthly value:
            Number of years: 4
      V.1.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   5: Award And Contract Value
      Contract No: Not Provided

      V.1.1)Date Of Contract Award: 24/02/2016
      V.1.2)Number Of Offers Received: 16
      V.1.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Organised Computer Systems Ltd
         Postal address: East House, New Pound Common
         Town: Wisborough Green
         Postal code: RH14 0AZ
         Country: United Kingdom
         Email: Tim.Perkins@ocsl.co.uk
      V.1.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 2,000,000
            Currency: GBP

         Total final value of the contract
            Value: 2,000,000
            Currency: GBP
         If annual or monthly value:
            Number of years: 4
      V.1.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

Section V.2: Award and Contract value
   
   1: Award And Contract Value
      Contract No: 13340
      V.2.1)Number Of Offers Received: 16       
      V.2.2)Number Of contracts awarded: Not Provided       
      V.2.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Levy Associates Limited
         Postal address: Pilgrims Lodge, Holywell Hill
         Town: St. Albans
         Postal code: AL1 1ER
         Country: United Kingdom
         Email: Contracts@levy.eu.com
      V.2.4)Total final value of the contract excluding VAT:
         Not Provided       V.2.5)Country of origin of the product or service
          Non-Comunity origin
      V.2.6)Award Criteria
         Not provided
      V.2.7)The contract was awarded to a tenderer who submitted a variant
          No       
      V.2.8)Tenders were excluded on the grounds that they were abnormally low No    
   2: Award And Contract Value
      Contract No: Not Provided
      V.2.1)Number Of Offers Received: 16       
      V.2.2)Number Of contracts awarded: Not Provided       
      V.2.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Affini Technology Limited
         Postal address: Field House Uttoxeter Old Road
         Town: Derby
         Postal code: DE1 1NH
         Country: United Kingdom
         Email: Milan.Webb@affini.co.uk
      V.2.4)Total final value of the contract excluding VAT:
         Not Provided       V.2.5)Country of origin of the product or service
          Non-Comunity origin
      V.2.6)Award Criteria
         Not provided
      V.2.7)The contract was awarded to a tenderer who submitted a variant
          No       
      V.2.8)Tenders were excluded on the grounds that they were abnormally low No    
   3: Award And Contract Value
      Contract No: Not Provided
      V.2.1)Number Of Offers Received: 16       
      V.2.2)Number Of contracts awarded: Not Provided       
      V.2.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: ARGYLL SCOTT TECHNOLOGY LIMITED
         Postal address: 165 Fleet Street
         Town: London
         Postal code: EC4A 2DY
         Country: United Kingdom
         Email: nlone@argyllscott.com
      V.2.4)Total final value of the contract excluding VAT:
         Not Provided       V.2.5)Country of origin of the product or service
          Non-Comunity origin
      V.2.6)Award Criteria
         Not provided
      V.2.7)The contract was awarded to a tenderer who submitted a variant
          No       
      V.2.8)Tenders were excluded on the grounds that they were abnormally low No    
   4: Award And Contract Value
      Contract No: Not Provided
      V.2.1)Number Of Offers Received: 16       
      V.2.2)Number Of contracts awarded: Not Provided       
      V.2.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: City Change Management Ltd
         Postal address: Aquila House, Waterloo Road
         Town: Chelmsford
         Postal code: CM1 1BN
         Country: United Kingdom
         Email: TBretman@citychangemanagement.co.uk
      V.2.4)Total final value of the contract excluding VAT:
         Not Provided       V.2.5)Country of origin of the product or service
          Non-Comunity origin
      V.2.6)Award Criteria
         Not provided
      V.2.7)The contract was awarded to a tenderer who submitted a variant
          No       
      V.2.8)Tenders were excluded on the grounds that they were abnormally low No    
   5: Award And Contract Value
      Contract No: Not Provided
      V.2.1)Number Of Offers Received: 16       
      V.2.2)Number Of contracts awarded: Not Provided       
      V.2.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Organised Computer Systems Ltd
         Postal address: East House, New Pound Common
         Town: Wisborough Green
         Postal code: RH14 0AZ
         Country: United Kingdom
         Email: Tim.Perkins@ocsl.co.uk
      V.2.4)Total final value of the contract excluding VAT:
         Not Provided       V.2.5)Country of origin of the product or service
          Non-Comunity origin
      V.2.6)Award Criteria
         Not provided
      V.2.7)The contract was awarded to a tenderer who submitted a variant
          No       
      V.2.8)Tenders were excluded on the grounds that they were abnormally low No

Section VI: Complementary Information
   VI.1)Contract(s) related to a project and/or programme financed by community funds: No
   
   VI.2)Additional Information:
         To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=192984374
GO-201631-PRO-7836819 TKR-201631-PRO-7836818   
   VI.3)Procedures for appeal:
      Gatwick Airport Limited
      5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
      Tel. +44 1293501471

      VI.3.1)Body responsible for mediation procedures:
         Gatwick Airport Limited
         5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
         Tel. +44 1293501471
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)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.4)Date Of Dispatch Of This Notice: 01/03/2016

ANNEX D
   


View Award Notice