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

Air Navigation Services Framework

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Gatwick Airport Limited
8th Floor, Destinations Place, Gatwick Airport
For the attention of: Alison Gravett
RH6 0NP West Sussex
UNITED KINGDOM
Telephone: +44 1293505154
E-mail:

Internet address(es):

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

Further information can be obtained from: Gatwick Airport Limited
8th Floor, Destinations Place, Gatwick Airport
For the attention of: Alison Gravett
RH6 0NP West Sussex
UNITED KINGDOM
E-mail:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Gatwick Airport Limited
8th Floor, Destinations Place, Gatwick Airport
RH6 0NP West Sussex
UNITED KINGDOM

Tenders or requests to participate must be sent to: Gatwick Airport Limited
(Further information can be obtained in Section IV), (Further information can be obtained in Section IV), (Further information can be obtained in Section IV)
RH6 0NP (Further information can be obtained in Section IV
UNITED KINGDOM

I.2)Type of the contracting authority
Other: Civil Aviation
I.3)Main activity
Other: Airport Related 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:
Air Navigation Services Framework
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other 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
maximum number of participants to the framework agreement envisaged: 3

Duration of the framework agreement

Duration in years: 5
Justification for a framework agreement, the duration of which exceeds four years: There could be significant implementation time for a new supplier, particularly under Lot 1: Air Navigation Services.

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

Estimated value excluding VAT: 60 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Air-traffic control services. Gatwick Airport Limited (GAL) are looking for an experienced Air Navigation Service provider and suitably experienced Asset Management company(ies) to provide services, under a framework agreement. Lot 1 is for Air Navigation Services (including provision of staff for the service). Lot 2 is for the maintenance and repair of equipment in compliance with regulatory requirements which will be critical towards delivery of core Air Traffic Services at the Airport (Lot 1); where equipment is not envisaged to be basic IT hardware. The equipment register will form part of the Invitation To Tender.
A detailed breakdown will be contained within the subsequent stages of this tender. GAL reserve the right to award one, both or neither of the Lots under this tender.
Resultant contracts may be awarded for up to a period of 5 (five) years, with the option to extend for up to a further period of 5 (five) years.
II.1.6)Common procurement vocabulary (CPV)

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: yes
Tenders may be submitted for one or more lots
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:
Gatwick Airport Limited (GAL) are looking for an experienced Air Navigation Service provider and suitably experienced Asset Management company(ies) to provide services, under a framework agreement. Lot 1 is for Air Navigation Services (including provision of staff for the service). Lot 2 is for the maintenance and repair of equipment in compliance with regulatory requirements which will be critical towards delivery of core Air Traffic Services at the Airport (Lot 1). The equipment register will form part of the Invitation To Tender.
A detailed breakdown will be contained within the subsequent stages of this tender. GAL reserve the right to award one, both or neither of the Lots under this tender.
Lot 1: The Air Navigation Service Provider (ANSP) is to provide a safe and efficient provision of Air Traffic Services and shall be certified and compliant with all applicable international, European and UK CAA Regulatory Requirements, including those related to Safety Management Systems and integrating these with the requirements of the ATE service. Organisations wishing to tender for this Lot, must:
- Be a certified ANSP provider under Commission Implementing rule 1035/2011.
- Comply with requirements for SMS, hazard identification, risk assessment and mitigation (EASA related) legislation 1035/2011.
- Be certified under Commission Regulation (EU) No. 805/2011 on ATCO Licenses.
- Comply with Air Traffic Controller (ATCO) Licensing Requirements under EU Regulation 805/2011.
- Be certified under Commission Regulation (EU) No 1034/2011 on safety oversight in Air Traffic Management (ATM) and Air Navigation Services (ANS).
Lot 2: This 'Lot' is for the maintenance and repair of equipment in compliance with regulatory requirements which will be critical towards delivery of core Air Traffic Services at the Airport (Lot 1); where equipment is not envisaged to be basic IT hardware. The successful organisation(s) could be required to provide support to any systems the Air Navigation Service Provider may wish to bring into service or equipment, or to implement procedures, for which no applicable requirements currently exist. The equipment register will form part of the Invitation To Tender. The successful organisation will be required to comply with the Safety Management and other policies and operational procedures required by the provider under 'Lot 1' to ensure the provision of a safe and efficient service.
Specific information will need to be provided by tendering companies, to the satisfaction of the Civil Aviation Authority (CAA), in order to be considered for this requirement.
Estimated value excluding VAT:
Range: between 12 000 000 and 60 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Air Navigation Services & Provision of Operatives
1)Short description
The Air Navigation Service Provider (ANSP) is to provide a safe and efficient provision of Air Traffic Services and shall be certified and compliant with all applicable international, European and UK CAA Regulatory Requirements, including those related to Safety Management Systems and integrating these with the requirements of the ATE service.
2)Common procurement vocabulary (CPV)

63732000

3)Quantity or scope
Organisations wishing to tender for this Lot, must:
- Be a certified ANSP provider under Commission Implementing rule 1035/2011.
- Comply with requirements for SMS, hazard identification, risk assessment and mitigation (EASA related) legislation 1035/2011.
- Be certified under Commission Regulation (EU) No. 805/2011 on ATCO Licenses.
- Comply with Air Traffic Controller (ATCO) Licensing Requirements under EU Regulation 805/2011.
- Be certified under Commission Regulation (EU) No 1034/2011 on safety oversight in Air Traffic Management (ATM) and Air Navigation Services (ANS).
Specific information will need to be provided by tendering companies, to the satisfaction of the Civil Aviation Authority (CAA), in order to be considered for this requirement, including the following:
- Safety and Quality Management System;
- Security Management System;
- Manual of Air Traffic Services Part 2;
- 1035 ANSP Compliance Matrix;
- ANSP Compliance Matrix-Regulation 805/2011
- Unit Training Plan; Competence Assessment system
- Certification of training organizations; Management system of training organizations; Requirements for training courses, initial and unit training plans and unit competence schemes Value provided for this Lot is per year.
Estimated value excluding VAT:
Range: between 10 000 000 and 12 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Provision of Asset Management Services
1)Short description
Lot 2 is for the maintenance and repair of equipment in compliance with regulatory requirements which will be critical towards delivery of core Air Traffic Services at the Airport (Lot 1); where equipment is not envisaged to be basic IT hardware.
2)Common procurement vocabulary (CPV)

34960000

3)Quantity or scope
The equipment register will form part of the Invitation To Tender. The successful organisation will be required to comply with the Safety Management and other policies and operational procedures required by the provider under Lot 1 to ensure the provision of a safe and efficient service.
Value provided for this Lot is per year.
Estimated value excluding VAT:
Range: between 2 000 000 and 3 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Further information will be available in the tender documentation which can be downloaded. Further information can be found in Section VI and Annex I.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Further information will be available in the tender documentation which can be downloaded. Further information can be found in Section VI and Annex I.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Further information will be available in the tender documentation which can be downloaded. Further information can be found in Section VI and Annex I.
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
Information and formalities necessary for evaluating if the requirements are met: Further information will be available in the tender documentation which can be downloaded.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Further information will be available in the tender documentation which can be downloaded. Further information can be found in Section VI and Annex I.
Minimum level(s) of standards possibly required: Further information will be available in the tender documentation which can be downloaded. Further information can be found in Section VI and Annex I.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Further information will be available in the tender documentation which can be downloaded. Further information can be found in Section VI and Annex I.
Minimum level(s) of standards possibly required:
Further information will be available in the tender documentation which can be downloaded. Further information can be found in Section VI and Annex I.
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 3: and maximum number 6
Objective criteria for choosing the limited number of candidates: Further information will be available in the tender documentation which can be downloaded. Further information can be found in Section VI and Annex I.
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:
13087
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
30.11.2013
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: yes
Estimated timing for further notices to be published: On of after June 2020.
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 contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-West-Sussex:-Air-traffic-control-services./42BK34WHR3

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/42BK34WHR3

GO Reference: GO-2013927-PRO-5157713
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Gatwick Airport Limited
Head of Procurement, 8th Floor, Destinations Place, Gatwick Airport
RH6 0NP West Sussex
UNITED KINGDOM
E-mail:
Telephone: +44 8456050774
Internet address: www.gatwickairport.com

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

Gatwick Airport Limited
Head of Procurement, 8th Floor, Destinations Place, Gatwick Airport
RH6 0NP West Sussex
UNITED KINGDOM
E-mail:
Telephone: +44 8456050774
Internet address: www.gatwickairport.com

VI.5)Date of dispatch of this notice:
27.9.2013