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

Gatwick Airport - engineering design framework.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport
RH6 0NP Gatwick
UNITED KINGDOM
Telephone: +44 8456050774

Internet address(es):

General address of the contracting authority: www.gatwickairport.com

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Other: Airport Related Industry
I.3)Main activity
Social protection
Other: Airport Related Industry
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

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Gatwick Airport - engineering design framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services

NUTS code UKJ24

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 agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 6

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 1 and 15 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
- Design consultancy services,
- architectural design services,
- engineering design services,
- engineering design services for mechanical and electrical installations for buildings,
- engineering design services for the construction of civil engineering works,
- architectural services for buildings,
- architectural services for outdoor areas,
- architectural services for building extensions,
- quantity surveying services,
- foundation design services,
- ancillary building services,
- load-bearing structure design services,
- verification of load-bearing structure design services,
- site-investigation services,
- construction supervision services,
- construction consultancy services,
- construction management services.
GAL seeks to replace its current architect led and civil led design frameworks which will expire in August 2013 with a new comprehensive non-exclusive Engineering Design Framework. In the context of this PQQ ‘Engineering Design' is used to describe the fullest range of activities by appropriately skilled personnel to develop and detail design solutions in relation to the addition to, development modification operation maintenance and removal and disposal of the physical infrastructure of Gatwick Airport.
II.1.6)Common procurement vocabulary (CPV)

79415200, 71220000, 71320000, 71321000, 71322000, 71221000, 71222000, 71223000, 71324000, 71325000, 71326000, 71327000, 71328000, 71510000, 71520000, 71530000, 71540000

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: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (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:
Not applicable.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be specified in the Request for Proposal (RFP).
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
To be specified in the Request for Proposal (RFP).
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: To be specified in the Request for Proposal (RFP).
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: 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 the Regulation 23(1) and 23(2) 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.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the Pre-Qualification Questionnaire (PQQ).
Minimum level(s) of standards possibly required: As set out in the Pre-Qualification Questionnaire (PQQ).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the Pre-Qualification Questionnaire (PQQ).
Minimum level(s) of standards possibly required:
As set out in the Pre-Qualification Questionnaire (PQQ).
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.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 6: and maximum number 15

Objective criteria for choosing the limited number of candidates: GAL shall use the objective criteria for choosing the candidates, who shall proceed to the request for proposal (RFP) stage, as set out in the pre-qualification questionnaire (PQQ). Suppliers must read through this set of instructions set out below and follow the process set out in the PQQ in order to be able to participate in this procurement . The information and/or documents for this procurement 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: 7SK7E9P942. Please ensure you follow any instruction provided to you here. The deadline for submitting your response(s) is 1200 hours BST12.4.2013. 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 +44 8452707050 or e-mail

IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated 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:
20000-XX-B-XXX-TEN-000001
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 11.4.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
12.4.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
6.5.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of 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

The negotiated procedure shall rely on the regulation exemption in respect of electronic issue by reducing the time for the receipt of the EOI and completed PQQ to 30 days. The planned dates are: pre-qualification questionnaire (PQQ) issued to OJEU by 12.3.2013; PQQ responses to be submitted by interested parties by 12.4.2013; tenderers advised of results of PQQ evaluation by 3.5.2013; Request for Proposal (RFP) to be issued by 6.5.2013; RFP closure date 30.5.2013. Suppliers must read through this set of instructions and follow the process to respond to this opportunity. 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: 7SK7E9P942. Please ensure you follow any instruction provided to you here. The deadline for submitting your response(s) is 12.4.2013, no later than 1200 BST. 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 +44 8452707050 or e-mail .

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Gatwick:-Design-consultancy-services./7SK7E9P942

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/7SK7E9P942

GO Reference: GO-2013313-PRO-4653938
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:
13.3.2013