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

St Mary's Airport Terminal Project.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Council of the Isles of Scilly
Council of the Isles of Scilly, Town Hall, Hugh Town, ST Mary's Isles of Scilly
For the attention of: Sean Parsons
TR210LW Hugh Town
UNITED KINGDOM
Telephone: +44 1720424801
E-mail:
Fax: +44 1720424017

Internet address(es):

General address of the contracting authority: http://www.scilly.gov.uk

Electronic access to information: http://www.scilly.gov.uk/procurement/contractop.htm

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
Regional or local authority
I.3)Main activity
General public services
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:
St Mary's Airport Terminal Project.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Execution
Main site or location of works, place of delivery or of performance: St Mary's Airport, St Mary's, Isles of Scilly, TR21 0NG.
NUTS code
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)
The project concerns the redevelopment of the existing terminal on St Mary's.
This will include providing an improved passenger experience through upgrading of the departures and arrivals areas through a new facade extension, improved check In and queuing area, improved customer information monitors, better seating, draught-proofing, refurbished cafe area and relocated cafe kitchen, better natural and artificial lighting, refurbished passenger WC's, complete redecoration, replacement of the windows and Improving thermal performance (roof insulation).
The project will also focus on the provisions for airport staff including new and relocated check-in desks, an increase in the number of administration offices for carriers with dedicated kitchen area, new baggage weigh-in and tagging systems, new baggage conveyor, future space allowance for X ray of baggage and new locker rooms and associated welfare facilities.
Improvements are also required to the "airside" elements of the terminal including an enlarged and reconfigured baggage handling and FF&R; ancillary spaces, better space for handling of freight/packages, reconfigured belt, space for five baggage tugs with trailers for overnight storage, undercover loading, new crew room with kitchenette area, eating, seating area, new staff toilets and shower room, ready room for ATC staff, refurbishment/upgrading of existing control desks and associated instrumentation/hardware to the ATC Tower and improved sun-screening/shading to windows of ATC Tower room.
Externally, the works will include an external walled ‘garden' area, rationalisation of the external spaces including parking, landscaping, signage, pick-up and drop-off zones and new external storage and the provision of a canopy to inbound arrivals and outbound departures areas.
Additionally, the project will seek to include solar photovoltaic panels for the generation of electricity for the terminal building.
II.1.6)Common procurement vocabulary (CPV)

45000000, 45213000, 45213300, 45213330, 45213331, 45213333, 45213400

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:
Estimated value excluding VAT:
Range: between 2 000 000 and 2 300 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 31.3.2014. Completion 30.9.2014

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent Company Guarantee (where applicable) and Performance Bond.
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
Information and formalities necessary for evaluating if the requirements are met: Contractors are required to be eligible in accordance with the provisions set out in Regulation 23 of the Public Contracts Regulation 2006.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The contractor must be in a sufficiently sound financial position to participate in a procurement/development of the scale and scope identified within this contract notice and any subsequent further infomation. The economic and financial ability of the economic operator will be assessed in line with Regulation 24 of the Public Contracts Regulation.
Minimum level(s) of standards possibly required: Annual turnover of at least £2mil per annum in the last 2 years.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The technical capacity of the organization will be assessed using the scoring criteria set out in the Pre-qualification questionaire at section 2.
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
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: The criteria for the selection of operators is set out in the Pre-qualification Questionaire for the project and is in accordance with Regulations 23, 24, 25 and 26 of the Public Contracts Regulations 2006.
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:
IOS SIF 020
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
7.10.2013 - 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
14.10.2013
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: yes
Reference to project(s) and/or programme(s): The Isles of Scilly Airport Project of which the St Mary's Terminal Project forms a part is part funded by the European Regional Development Fund through the Cornwall and the Isles of Scilly Convergence Programme.
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:
6.9.2013