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

Heathrow Airfield Capacity Management Capability.

Contract notice - utilities

Services

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.baa.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 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:
Heathrow Airfield Capacity Management Capability.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 3: Air transport services of passengers and freight, except transport of mail
Main site or location of works, place of delivery or of performance: Heathrow Airport, TW6 2GW, Hounslow.

NUTS code UKI2

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
Framework agreement with a single operator
II.1.5)Short description of the contract or purchase(s):
The Solution will provide Heathrow Airport with the necessary airfield capacity management capability to be able to make informed decisions in relation to existing and future airfield capacity by re-defining the modelling tools, data and planning parameters.
II.1.6)Common procurement vocabulary (CPV)

34962210, 72220000, 79410000

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:
As Heathrow Airport operates in such a constrained environment it is vital for it to have the ability to maximise throughput from its existing capacity whilst delivering a resilient operation. In addition it must be ensured that the airport's processes, people and tools allow it to embrace future initiatives (such as SESAR) if it is to remain a leading airport in Europe. This is an opportunity for Heathrow Airport to maintain the lead in driving capacity and utilising our existing assets and this project includes a review and upgrade of Heathrow Airport's Capacity Management capability.
As well as looking at longer and shorter time horizons the project also provides an opportunity to improve the way airfield capacity interacts with key interfaces - including airspace, ground infrastructure and terminals. Importantly it allows us to take advantage of a new generation of tools available to support our planning and development processes.
Estimated value excluding VAT
Range: between 2 000 000,00 and 2 500 000,00 GBP
II.2.2)Information about options
Options: yes
Description of these options: Two year extension based on performance.
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completion
Duration in months: 72 (from the award of the contract)

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:
See PQQ for further information.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See PQQ for further information.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: See PQQ for further information.
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: See PQQ for further information.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: See PQQ for further information.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: See PQQ for further information.
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 below

Service Provisions. Weighting 55

Cost. Weighting 35

Account Management and Support. Weighting 10

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:
BAA/002820
IV.3.2)Previous publication(s) concerning the same contract

Periodic indicative notice

Notice number in the OJEU: 2012/S 136-227161 of 13.7.2012

IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: 14.12.2012 - 13:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
20.12.2012 - 13:00
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
Duration in months: 12 (from the date stated for receipt of 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:
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).
Heathrow Airport Limited does not bind itself to accept any proposal.
In evaluating their suitability, suppliers may be further requested to provide to Heathrow Airport Limited 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.

Heathrow Airport Limited 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

Heathrow Airport Limited
The Compass Centre, Nelson Road
TW6 2GW Hounslow
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise 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:
27.11.2012