Gatwick Airport Limited: Provision of Secondment Services for IT

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

Notice Summary
Title: Provision of Secondment Services for IT
Notice type: Contract Notice
Authority: Gatwick Airport Limited
Nature of contract: Services
Procedure: Negotiated
Short Description: Gatwick Airport are seeking approx 3 - 5 suppliers to provide Secondment Services for IT related roles.
Published: 14/08/2013 16:56
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
      Tel. +44 1293505299, Email: procurement@gatwickairport.com, URL: www.gatwickairport.com
      Attn: Norman Hall
      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)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: Provision of Secondment Services 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:      
            Framework agreement with several operators

         Duration of the framework agreement:
            Duration in year(s): 4             
         Estimated total value of purchases for the entire duration of the framework agreement:
                        
            Estimated value excluding VAT: 16,000,000
            Currency: GBP
                              
      II.1.5)Short description of the contract or purchase:
      IT services: consulting, software development, Internet and support. Gatwick Airport are seeking approx 3 - 5 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 Airport is seeking approx 3 - 5 suppliers to provide Secondment Services for IT related roles.
Each supplier is to have the ability to provide a wide range of secondment services. We are looking for suppliers to have experience in the UK with a large pool of permanent employees on their payroll. Experience in Aviation sector (Airline, Airport, Ground hander, Cargo handler, Facility Management) is desirable. This framework agreement is not suitable for recruitment companies.
Gatwick may carry out work using resources at near shore locations (within EU) and offshore locations (outside EU). Gatwick may execute fixed scope / fixed cost work using the Framework Agreement, using resource rates as the basis for cost estimation.
Successful suppliers will be required to provide qualified IT resources who can provide services in line with the requirements of the resource request and to manage all employment aspects related to the resources, including but not limited to their payroll, training, social events, performance reviews, salary revisions, accommodation, transportation, re-allocation to other projects/customers after the completion of engagement with Gatwick etc.      
      
      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: 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.

      All requirements will be listed in the pre-qualification document which can be downloaded from eDelta, further information in section VI.      
      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
         Some candidates have already been selected: No      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 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: 13073      
      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: 16/09/2013
         Time: 16:00      
      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: 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: The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta. 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.

Suppliers must log in, go to your Response Manager and add the following Access Code: 38F2Y785S2 . Please ensure you follow any instruction provided to you here.
The PQQ will be available from the Access Code no later than Friday 16th August at 1600 (UK time).

The deadline for submitting your response(s) is as advertised in the OJEU notice and as per the timetable in the PQQ. 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 0845 270 7050 or email helpdesk@delta-esourcing.com

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.
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./38FZY785S2

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/38FZY785S2
GO-2013814-PRO-5037513 TKR-2013814-PRO-5037512
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Gatwick Airport Limited
      5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
      Tel. +44 1293505299

      Body responsible for mediation procedures:
               Gatwick Airport Limited
         5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
         Tel. +44 1293505299

      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 1293505299

   VI.5) Date Of Dispatch Of This Notice: 14/08/2013

ANNEX A

View any Notice Addenda

View Award Notice