Gatwick Airport Limited: Air Navigation Services Framework

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

Notice Summary
Title: Air Navigation Services Framework
Notice type: Contract Notice
Authority: Gatwick Airport Limited
Nature of contract: Services
Procedure: Negotiated
Short Description: Gatwick Airport Limited (GAL) are looking for an experienced Air Navigation Service provider and suitably experienced Asset Management company(ies) to provide services, under a framework agreement. Lot 1 is for Air Navigation Services (including provision of staff for the service). Lot 2 is for the maintenance and repair of equipment in compliance with regulatory requirements which will be critical towards delivery of core Air Traffic Services at the Airport (Lot 1); where equipment is not envisaged to be basic IT hardware. The equipment register will form part of the Invitation To Tender. A detailed breakdown will be contained within the subsequent stages of this tender. GAL reserve the right to award one, both or neither of the Lots under this tender. Resultant contracts may be awarded for up to a period of 5 (five) years, with the option to extend for up to a further period of 5 (five) years.
Published: 27/09/2013 16:37
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-West Sussex: Air-traffic control services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Gatwick Airport Limited
      8th Floor, Destinations Place, Gatwick Airport, West Sussex, RH6 0NP, United Kingdom
      Tel. +44 1293505154, Email: procurement@gatwickairport.com, URL: www.gatwickairport.com
      Attn: Alison Gravett

      Further information can be obtained at: ANNEX A.I
            
      Specifications and additional documents: ANNEX A.II
            
      Tenders or requests to participate must be sent to: ANNEX A.III
            
   
   I.2)Type of the contracting authority:
      Other: Civil Aviation

   I.3) Main activity:
      Other: Airport Related Services

   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: Air Navigation Services Framework
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         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
            maximum number of participants to the framework agreement envisaged: 3
         Duration of the framework agreement:
            Duration in year(s): 5             
         Justification for a framework agreement the duration of which exceeds four years:
         There could be significant implementation time for a new supplier, particularly under Lot 1: Air Navigation Services.
         Estimated total value of purchases for the entire duration of the framework agreement:
                        
            Estimated value excluding VAT: 60,000,000
            Currency: GBP
                              
      II.1.5)Short description of the contract or purchase:
      Air-traffic control services. Gatwick Airport Limited (GAL) are looking for an experienced Air Navigation Service provider and suitably experienced Asset Management company(ies) to provide services, under a framework agreement. Lot 1 is for Air Navigation Services (including provision of staff for the service). Lot 2 is for the maintenance and repair of equipment in compliance with regulatory requirements which will be critical towards delivery of core Air Traffic Services at the Airport (Lot 1); where equipment is not envisaged to be basic IT hardware. The equipment register will form part of the Invitation To Tender.

A detailed breakdown will be contained within the subsequent stages of this tender. GAL reserve the right to award one, both or neither of the Lots under this tender.

Resultant contracts may be awarded for up to a period of 5 (five) years, with the option to extend for up to a further period of 5 (five) years.
         
      II.1.6)Common Procurement Vocabulary:
         63732000 - Air-traffic control 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: Yes          
         If yes, tenders should be submitted for: One or more lots

      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 Limited (GAL) are looking for an experienced Air Navigation Service provider and suitably experienced Asset Management company(ies) to provide services, under a framework agreement. Lot 1 is for Air Navigation Services (including provision of staff for the service). Lot 2 is for the maintenance and repair of equipment in compliance with regulatory requirements which will be critical towards delivery of core Air Traffic Services at the Airport (Lot 1). The equipment register will form part of the Invitation To Tender.

A detailed breakdown will be contained within the subsequent stages of this tender. GAL reserve the right to award one, both or neither of the Lots under this tender.

Lot 1: The Air Navigation Service Provider (ANSP) is to provide a safe and efficient provision of Air Traffic Services and shall be certified and compliant with all applicable international, European and UK CAA Regulatory Requirements, including those related to Safety Management Systems and integrating these with the requirements of the ATE service. Organisations wishing to tender for this Lot, must:
•   Be a certified ANSP provider under Commission Implementing rule 1035/2011.
•   Comply with requirements for SMS, hazard identification, risk assessment and mitigation (EASA related) legislation 1035/2011.
•   Be certified under Commission Regulation (EU) No. 805/2011 on ATCO Licenses.
•   Comply with Air Traffic Controller (ATCO) Licensing Requirements under EU Regulation 805/2011.
•   Be certified under Commission Regulation (EU) No 1034/2011 on safety oversight in Air Traffic Management (ATM) and Air Navigation Services (ANS).

Lot 2: This 'Lot' is for the maintenance and repair of equipment in compliance with regulatory requirements which will be critical towards delivery of core Air Traffic Services at the Airport (Lot 1); where equipment is not envisaged to be basic IT hardware. The successful organisation(s) could be required to provide support to any systems the Air Navigation Service Provider may wish to bring into service or equipment, or to implement procedures, for which no applicable requirements currently exist. The equipment register will form part of the Invitation To Tender. The successful organisation will be required to comply with the Safety Management and other policies and operational procedures required by the provider under 'Lot 1' to ensure the provision of a safe and efficient service.


Specific information will need to be provided by tendering companies, to the satisfaction of the Civil Aviation Authority (CAA), in order to be considered for this requirement.                  
         Estimated value excluding VAT:
         Range between: 12,000,000 and 60,000,000
         Currency: GBP
               
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                   
   II.3)Duration Of The Contract Or Time-Limit For Completion      
      Not Provided
   Information About Lots
            
      Lot No: 1
      Title: Air Navigation Services & Provision of Operatives

      1)Short Description:      
      The Air Navigation Service Provider (ANSP) is to provide a safe and efficient provision of Air Traffic Services and shall be certified and compliant with all applicable international, European and UK CAA Regulatory Requirements, including those related to Safety Management Systems and integrating these with the requirements of the ATE service.

      2)Common Procurement Vocabulary:
         63732000 - Air-traffic control services.
         
      3)Quantity Or Scope:      
      Organisations wishing to tender for this Lot, must:
•   Be a certified ANSP provider under Commission Implementing rule 1035/2011.
•   Comply with requirements for SMS, hazard identification, risk assessment and mitigation (EASA related) legislation 1035/2011.
•   Be certified under Commission Regulation (EU) No. 805/2011 on ATCO Licenses.
•   Comply with Air Traffic Controller (ATCO) Licensing Requirements under EU Regulation 805/2011.
•   Be certified under Commission Regulation (EU) No 1034/2011 on safety oversight in Air Traffic Management (ATM) and Air Navigation Services (ANS).

Specific information will need to be provided by tendering companies, to the satisfaction of the Civil Aviation Authority (CAA), in order to be considered for this requirement, including the following:
•   Safety and Quality Management System;
•   Security Management System;
•   Manual of Air Traffic Services Part 2;
•   1035 ANSP Compliance Matrix;
•   ANSP Compliance Matrix-Regulation 805/2011
    - Unit Training Plan; Competence Assessment system
    - Certification of training organizations; Management system of training organizations; Requirements for training courses, initial and unit training plans and unit competence schemes

Value provided for this Lot is per year.               
         Value range between: 10,000,000 and 12,000,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 2
      Title: Provision of Asset Management Services

      1)Short Description:      
      Lot 2 is for the maintenance and repair of equipment in compliance with regulatory requirements which will be critical towards delivery of core Air Traffic Services at the Airport (Lot 1); where equipment is not envisaged to be basic IT hardware.

      2)Common Procurement Vocabulary:
         34960000 - Airport equipment.
         
      3)Quantity Or Scope:      
      The equipment register will form part of the Invitation To Tender. The successful organisation will be required to comply with the Safety Management and other policies and operational procedures required by the provider under Lot 1 to ensure the provision of a safe and efficient service.

Value provided for this Lot is per year.               
         Value range between: 2,000,000 and 3,000,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
                  
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Further information will be available in the tender documentation which can be downloaded. Further information can be found in Section VI and Annex I.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Further information will be available in the tender documentation which can be downloaded. Further information can be found in Section VI and Annex I.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Further information will be available in the tender documentation which can be downloaded. Further information can be found in Section VI and Annex I.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      Further information will be available in the tender documentation which can be downloaded.      
      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:
         Further information will be available in the tender documentation which can be downloaded. Further information can be found in Section VI and Annex I.         
         Minimum Level(s) of standards possibly required:
         Further information will be available in the tender documentation which can be downloaded. Further information can be found in Section VI and Annex I.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Further information will be available in the tender documentation which can be downloaded. Further information can be found in Section VI and Annex I.         
         Minimum Level(s) of standards possibly required:
         Further information will be available in the tender documentation which can be downloaded. Further information can be found in Section VI and Annex I.      
      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
         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 and maximum number: 6         
         Objective Criteria for choosing the limited number of candidates:
         Further information will be available in the tender documentation which can be downloaded. Further information can be found in Section VI and Annex I.      
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue: No    
   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: 13087      
      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: 30/11/2013
      
      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: On of after June 2020.
   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 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-West-Sussex:-Air-traffic-control-services./42BK34WHR3

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/42BK34WHR3
GO-2013927-PRO-5157713 TKR-2013927-PRO-5157712
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Gatwick Airport Limited
      Head of Procurement, 8th Floor, Destinations Place, Gatwick Airport, West Sussex, RH6 0NP, United Kingdom
      Tel. +44 8456050774, Email: procurement@gatwickairport.com, URL: www.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:
            Gatwick Airport Limited
      Head of Procurement, 8th Floor, Destinations Place, Gatwick Airport, West Sussex, RH6 0NP, United Kingdom
      Tel. +44 8456050774, Email: procurement@gatwickairport.com, URL: www.gatwickairport.com

   VI.5) Date Of Dispatch Of This Notice: 27/09/2013

ANNEX A
   I) Addresses and contact points from which further information can be obtained:
      Gatwick Airport Limited
      8th Floor, Destinations Place, Gatwick Airport, West Sussex, RH6 0NP, United Kingdom
      Email: alison.gravett@gatwickairport.com
      Attn: Alison Gravett   
   
   II) Addresses and contact points from which specifications and additional documents can be obtained:
      Gatwick Airport Limited
      8th Floor, Destinations Place, Gatwick Airport, West Sussex, RH6 0NP, United Kingdom   
   
   III) Addresses and contact points to which tenders/requests to participate must be sent:
      Gatwick Airport Limited
      (Further information can be obtained in Section IV), (Further information can be obtained in Section IV), (Further information can be obtained in Section IV), (Further information can be obtained in Section IV, RH6 0NP, United Kingdom

View any Notice Addenda

View Award Notice