By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Fit-Out of New Air Traffic Control Facility.

Contract notice - utilities

Supplies

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

Birmingham Airport
Purchasing Department, 4th Floor, Diamond House, Birmingham Airport
For the attention of: Tony Dunning
B26 3QJ Birmingham
UNITED KINGDOM
E-mail:

Further information can be obtained from: Internet address: http://www.birminghamairport.co.uk/controltowerpqq

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: Internet address: http://www.birminghamairport.co.uk/controltowerpqq

Tenders or requests to participate must be sent to: E-mail:

I.2)Main activity
Airport-related activities
I.3)Contract award on behalf of other contracting entities

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Fit-Out of New Air Traffic Control Facility.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKG31

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
Birmingham Airport is to construct and commission a new air traffic control tower building (CTB). As part of this development the Airport is seeking to appoint a single contractor to design, supply and implement the necessary Air Traffic Control systems and equipment to provide an operational capability in the CTB. The scope of supply includes all Visual Control Room (VCR) and Approach Control Room (ACR) systems (e.g. VCCS, Radio, RDP, Met, briefing systems etc). The project also has a requirement for integrated monitoring and control systems. Systems / equipment and design solutions must be fully in compliance with UK Civil Aviation Authority (CAA) requirements as detailed in CAP 670.
II.1.6)Common procurement vocabulary (CPV)

51240000, 48121000, 48100000, 48120000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 1.5.2012 Completion 1.5.2013

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See tender document.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Stage payments in accordance with the agreed contract terms.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
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
Information and formalities necessary for evaluating if the requirements are met: This covers the criteria for rejection of candidates including being convicted of serious offences (including conspiracy, corruption, bribery, fraud, money laundering), as well as conviction for criminal offences in the course of business. Suppliers which are bankrupt, in administration, being wound up, not paid taxes or social security contributions etc. will also be barred from further progression in this exercise.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The contracting body will make its own enquiries with regard to economic and financial capacity of interested parties.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: See pre-qualification questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services 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 (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
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 entity:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: 27.1.2012 - 09:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
27.1.2012 - 09:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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:
Birmingham Airport will not be liable for expenses and costs incurred by organisations in respect of the preparation and submission of expressions of interest and tender documentation.
Birmingham Airport reserves the right to modify or cancel this procurement exercise at any time. In such an event, Birmingham Airport will not be liable for expenses and costs incurred by suppliers in respect of the preparation and submission of expressions of interest and tender bids.
Pre-qualification documentation can be accessed via the following weblink: -.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
6.1.2012