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

Emerging technologies system design studies.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Civil Aviation Authority
Aviation House, Gatwick Airport South
For the attention of: Mark Hill
RH6 0YR Gatwick
UNITED KINGDOM
Telephone: +44 1293573037
E-mail:
Fax: +44 1293573830

Internet address(es):

General address of the contracting authority: www.caa.co.uk

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
Body governed by public law
I.3)Main activity
Other: Aviation Regulator
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:
Emerging technologies system design studies.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 8: Research and development services
Main site or location of works, place of delivery or of performance: UK

NUTS code UK

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
maximum number of participants to the framework agreement envisaged: 8

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 100 000 and 750 000 GBP
II.1.5)Short description of the contract or purchase(s)
As part of its Spectrum Release Programme, the UK Civil Aviation Authority (CAA) is seeking to identify and work with prospective manufacturers and suppliers of emerging independant non co-operative surveillance solutions, with the eventual aim of facilitating technology demonstrations of new systems that could be deployed at UK airfields to replace traditional S-band Primary Surveillance Radars (PSR). The UK CAA would be particularly interested to receive expressions of interest from potential design authorities of Passive Coherent Location (PCL) and/or Active Multi-Static PSR (MSPSR) systems that would be suitable for supporting airport air traffic control operations.
II.1.6)Common procurement vocabulary (CPV)

73100000, 32400000, 34700000, 60445000, 63732000

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: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
As part of its Spectrum Release Programme, the UK Civil Aviation Authority (CAA) is seeking to identify and work with prospective manufacturers and suppliers of emerging independant non co-operative surveillance solutions, with the eventual aim of facilitating technology demonstrations of new systems that could be deployed at UK airfields to replace traditional S-band Primary Surveillance Radars (PSR). The UK CAA would be particularly interested to receive expressions of interest from potential design authorities of Passive Coherent Location (PCL) and/or Active Multi-Static PSR (MSPSR) systems that would be suitable for supporting airport air traffic control operations. The estimated range of values for this work reflects the potential spend per appointed tenderer over the contract period and not the cummulative value for the entire contract.
Estimated value excluding VAT:
Range: between 100 000 and 750 000 EUR
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: Range: between 1 and 4
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Starting 27.9.2013. Completion 27.9.2017

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
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 procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
1906 Task D
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
18.6.2013 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
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:
20.5.2013