Contract notice - utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)Heathrow Airport Limited
The Compass Centre, Supply Chain Department West Wing 2nd Floor, Nelson Road
TW6 2GW Hounslow
UNITED KINGDOM
Internet address(es):
General address of the contracting entity: http://www.heathrow.com
Address of the buyer profile: http://www.tendersmart.com
Further information can be obtained from: www.tendersmart.com Business Opportunities Contract Notices
Please address your queries via the Messaging Centre on www.tendersmart.com Business Opportunities Contract Notices
www.tendersmart.com
UNITED KINGDOM
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: www.tendersmart.com Business Opportunities Contract Notices
Please address your queries via the Messaging Centre on www.tendersmart.com Business Opportunities Contract Notices
www.tendersmart.com
UNITED KINGDOM
Tenders or requests to participate must be sent to: www.tendersmart.com Business Opportunities Contract Notices
Please address your queries via the Messaging Centre on www.tendersmart.com Business Opportunities Contract Notices
www.tendersmart.com
UNITED KINGDOM
I.2)Main activityAirport-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:BAA/002796 Airport master planning, transportation & sustainability services framework.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: TW6 2GW.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged: 5
Duration of the framework agreement
Duration in years: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT
Range: between 10 000 000,00 and 20 000 000,00 GBP
II.1.5)Short description of the contract or purchase(s):Procurement to appoint a number of service providers with framework agreements to support the master planning & capacity (MP&C;) team, the surface access (SA) team and sustainability team (ST) at Heathrow Airport.
II.1.6)Common procurement vocabulary (CPV)71310000, 71311200, 71311300, 71313000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:For full details, please see the PQQ available on TenderSmart.com. The framework agreements which may be awarded as a a result of this procurement process will be for an initial period of 3 years, with the option to extend for 1 x 1 year period.
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Master planning1)Short description:The scope of services required within this lot include (without limitation): forecasting & schedule design, capacity modelling, facility planning, airspace change, graphical communication, masterplan co-ordination and assembly, town planning advice, urban plannin.
2)Common procurement vocabulary (CPV)71311000, 71311240, 71410000
3)Quantity or scope:Estimated value excluding VAT
Range: between 4 000 000,00 and 8 000 000,00 GBP
5)Additional information about lots:Please note that estimated value given is for the full potential period of the framework (4 years).
Lot No: 2 Lot title: Heathrow Airport surface access policy, planning & modelling1)Short description:The scope of services required under this lot will include (without limitation): transport planning and policy, transport modelling & data analysis.
2)Common procurement vocabulary (CPV) 3)Quantity or scope:Estimated value excluding VAT
Range: between 4 000 000,00 and 8 000 000,00 GBP
5)Additional information about lots:Please note that estimated value given is for the full potential period of the framework (4 years).
Lot No: 3 Lot title: Sustainability & environment services1)Short description:The scope of services required under this lot will include (without limitation): integreated environmental assessments, environmental strategy advice.
2)Common procurement vocabulary (CPV) 3)Quantity or scope:Estimated value excluding VAT
Range: between 2 000 000,00 and 4 000 000,00 GBP
5)Additional information about lots:Please note that estimated value given is for the full potential period of the framework (4 years).
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: yes
Additional information about electronic auction:
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:BAA/002796
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documentsPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate7.8.2012 - 17:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.3.7)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:Registering interest.
Interested suppliers are required to submit the information requested by uploading responses to www.tendersmart.com as follows:
Instructions for registering interest.
Interested suppliers must register their company and contact profile by clicking on the link for this notice on the "business opportunities" menu of the www.tendersmart.com web site and by following the instructions below:
First, interested suppliers who are not already registered on TenderSmart must register their company profile via "supplier zone > new supplier" menu. Suppliers already registered on TenderSmart can go direct to the second step.
Second, all interested suppliers must access this notice via the "business opportunities" menu to express interest by following the online instructions and uploading the requested information before the indicated deadline (see section IV paragraph 3.4).
Further information.
To evaluate their suitability, interested suppliers, when responding to this notice are requested to provide information which demonstrates their ability to comply with the award criteria. (Failure to do so will result in their request being rejected).
BAA does not bind itself to accept any proposal.
In evaluating their suitability, suppliers may be further requested to provide to BAA additional information e.g.further written submissions, presentations, reference visits/inquiries and/or attend an interview.
As documentation associated with this process will be made available and exchanged via www.tendersmart.com interested suppliers are required to register on the site. Please refer to this site for terms and conditions.
Registering interest in this project does not guarantee inclusion of the party on the tender enquiry list. There is no cost associated with registration, expression of interest, or accessing the tender documentation, (where invited). However, to submit a bid at tender stage, then there will be an TenderSmart administration fee. Fee information can be found on the TenderSmart website through selecting the "how it works" tab and then downloading the "participant agreement". Please ensure responses are concise and overall less than 10MB. Your document should be uploaded as a single PDF document on to http://www.tendersmart.com.
For further information on registration or other aspects of TenderSmart please contact: Frédéric Garat: ; + 33 141900430.
BAA reserves the right to disqualify any candidate who provides information or confirmation which later proves to be untrue or incorrect or does not supply information when requested.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: A standstill period will be incorporated at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Utilities Contracts Regulations (SI 2006 No 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:23.7.2012