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

Newcastle International Airport Surveillance System Replacement Programme.

Contract notice - utilities

Supplies

Directive 2004/17/EC

Section I: Contracting entity

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

Newcastle International Airport
Woolsington
Contact point(s): Airport Planner
For the attention of: Erin Robson
NE13 8BZ Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 1912143279
E-mail:
Fax: +44 1912716080

Internet address(es):

General address of the contracting entity: http://www.newcastleinternational.co.uk

Address of the buyer profile: http://www.newcastleinternational.co.uk

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

Specifications and additional documents (including documents for 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)Main activity
Airport-related activities
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Newcastle International Airport Surveillance System Replacement Programme.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Newcastle International Airport.

NUTS code UKC22

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):
Newcastle International Airport (NIA) is seeking to procure a new Primary Surveillance Radar (PSR). In addition to this, NIA are seeking to procure a Radar Display System (RDS) for the New Control Tower Building (NCTB) (and possibly also the Contingent Control Tower Building (CCTB)). NIA also wish to procure a universal Remote Status Indicator (RSI) for the NIA surveillance systems and navigational aids. This RSI should serve the NCTB (and possibly also the CCTB). To support NIA Air Traffic Services (ATS), NIA are also seeking to procure Wind Turbine Mitigation Solutions(s) (WTMS) to support their wind farm mitigation strategy. Also being considered within the scope of the programme is the introduction of a new or supplementary Service Delivery Point (SDP) for the collation of surveillance data at NIA. This is explained in greater detail under the description of "Lots”.
II.1.6)Common procurement vocabulary (CPV)

38115100, 45223400, 34962220, 34962000, 34962100

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: yes
Tenders may be submitted for one or more lots
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:
The total scope of the contract includes:
- The design, manufacture/supply, install, test and commission of an ATS PSR system which is either resilient to the effects of wind turbines or shall include a WTMS;
- Replacement of existing RDS in the NCTB (and possibly also the CCTB);
- Introduction of a new or supplementary SDP for the collation of surveillance data at NIA;
- Data communications between the surveillance sensor(s) and the SDP / RDS equipment;
- RSI for surveillance systems and navigational aids; and
- System interfaces and site power supplies.
The procurement and installation of the following elements
- Surveillance sensor system, WTMS, RSI and RDS;
- Electrical/electronic interface work;
- Communication cabling and power supplies; and
- Associated civil works.
One organisation will be selected to design, manufacture/supply, install, test and commission the PSR system and associated interfaces at NIA. However, a separate supplier could be considered for the replacement of the existing RDS. The supplier(s) of the surveillance sensor and WTMS system(s) must be able to integrate with the replacement RDS in the NCTB (and possibly also the CCTB). It should be noted that certain aspect(s) of the requirement may be let as a separate contract or retained in house, such as provision of fibre optic connectivity or certain aspects of the associated civil installation works.
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 17.3.2014 Completion 17.3.2016

Information about lots

Lot No: 1 Lot title: Provision of a Primary Surveillance Radar
1)Short description:
The PSR system will be expected to meet minimum technical requirements that will be outlined in the Invitation To Negotiate (ITN). The procurement is to include a new site, civil works, tower, power and data services. The PSR will be wind farm resilient or support the integration additional functions/capabilities designed to mitigate the effects of wind turbines (WTMS). Also being considered within the scope of the programme is the introduction of a new or supplementary SDP that removes the reliance on the CCTB as the sole SDP for the collation of surveillance data at NIA. Further details will be contained within the ITN.
2)Common procurement vocabulary (CPV)

38115100, 45223400, 34962220, 34962000, 34962100

5)Additional information about lots:
Suppliers may be expected to work with other suppliers and interface/integrate with their systems to provide NIA with a single surveillance solution programme. It should be noted that certain aspect(s) of the requirement may be let as a separate contract or retained in house, such as provision of fibre optic connectivity or certain aspects of the associated civil installation works.
Lot No: 2 Lot title: Provision of the Radar Display System
1)Short description:
The RDS will be expected to meet minimum technical requirements that will be outlined in the ITN. The RDS should be installed in the NCTB. The RDS is expected to interface with both the new and existing surveillance equipment and will require the capability for multi-sensor integration. Further details will be contained within the ITN.
2)Common procurement vocabulary (CPV)

38115100, 45223400, 34962220, 34962000, 34962100

5)Additional information about lots:
Suppliers may be expected to work with other suppliers and interface/integrate with their systems to provide NIA with a single surveillance solution programme. It should be noted that certain aspect(s) of the requirement may be let as a separate contract or retained in house, such as provision of fibre optic connectivity or certain aspects of the associated civil installation works.
Lot No: 3 Lot title: Provision of a Universal Remote Status Indicator
1)Short description:
The Universal RSI is expected to interface with all the NIA surveillance systems and navigational aids, consolidate, and present status and notifications as a ‘single output'. This RSI should serve the NCTB. Further details will be contained within the ITN.
2)Common procurement vocabulary (CPV)

38115100, 34962000, 34962100

5)Additional information about lots:
Suppliers may be expected to work with other suppliers and interface/integrate with their systems to provide NIA with a single surveillance solution programme. It should be noted that certain aspect(s) of the requirement may be let as a separate contract or retained in house, such as provision of fibre optic connectivity or certain aspects of the associated civil installation works.
Lot No: 4 Lot title: Provision of Wind Turbine Mitigation Solution(s)
1)Short description:
The replacement PSR will operate in a wind farm rich environment which may impact on its overall performance. NIA wish to consider a WTMS which may be "Lot 1 which is wind turbine resilient” or other technologies such as, for example: "sensor infill” or "processing based” mitigations which will integrate with "Lot 1” the replacement PSR system, to provide a single surveillance picture to air traffic control. Further details will be contained within the ITN. It is expected that potential supplier solutions will have been proven to work in its final form and under expected conditions. Examples include developmental test and evaluation of the system in its intended form to determine its applicability to design specifications.
2)Common procurement vocabulary (CPV)

38115100, 45223400, 34962220, 34962000, 34962100

5)Additional information about lots:
Suppliers may be expected to work with other suppliers and interface/integrate with their systems to provide NIA with a single surveillance solution programme. It should be noted that certain aspect(s) of the requirement may be let as a separate contract or retained in house, such as provision of fibre optic connectivity or certain aspects of the associated civil installation works.
Lot No: 5 Lot title: Provision of services identified in Lots 1 to 4 for use in the CCTB
1)Short description:
Provision of surveillance data from the PSR and WTMS for use within the CCTB; the current SDP for surveillance services, including WAM, is located in the CCTB. The RDS will be expected to meet technical requirements that will be outlined in the ITN. The RDS should be installed in the CCTB and is expected to interface with both the new and existing surveillance equipment and will require the capability for multi-sensor integration. Further details will be contained within the ITN. The Universal RSI is expected to interface with all the NIA surveillance systems and navigational aids, consolidate, and present status and notifications as a ‘single output'. This RSI should serve the CCTB. Further details will be contained within the ITN.
2)Common procurement vocabulary (CPV)

38115100, 45223400, 34962220, 34962000, 34962100

5)Additional information about lots:
Suppliers may be expected to work with other suppliers and interface/integrate with their systems to provide NIA with a single surveillance solution programme. It should be noted that certain aspect(s) of the requirement may be let as a separate contract or retained in house, such as provision of fibre optic connectivity or certain aspects of the associated civil installation works.

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:
A group of economic operators successful for one or more Lots may be required to form a single economic operator or accept joint and several liability.
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: Information and formalities relating to the situation of economic operators will be set out in the Pre-Qualification Questionnaire (PQQ) to be sent to those expressing an interest. PQQs must be requested from the contact point set identified in this notice.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: A PQQ issued to those expressing an interest may request the following information:
- Year founded and length of trading experience;
- Name and ultimate parent company together with the names of any other group companies who are to be involved in the project (stating their involvement and/or if they are willing to provide a guarantee);
- Copy of current ‘Dunn & Bradstreet' or equivalent rating of the applicant;
- Audited accounts, financial statements, balance sheets, profit & loss and cash flow statement for the past three years;
- A declaration of the applicant's brokers or insurers of the insurance policies currently in place in relation to the applicant's business; and
Applicants must provide confirmation that they are not the subject of any winding up orders, insolvency proceedings or operating under an administration order or have not ceased trading.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: A PQQ issued to those expressing an interest may request the following information:
- A demonstrable track record of design, development, installation and commissioning of systems involving one or more of the following:
1. PSR Sensors.
2. Integration of radar data processing and display systems.
3. Integration/fusion of multiple surveillance sensor feeds without degradation of performance.
- Details of two representative projects delivered in the last 3 years;
- Experience of introducing new capability and integrating this with legacy systems or from other suppliers;
- Demonstrable evidence of working within the EU ATM regulatory environment. Experience of the UK ATM regulatory environment would be an advantage;
- Details of the proposed project team with CVs and anticipated reporting structure;
- Details of the company quality system;
- A copy of the applicant's health, safety and environment statement
- An outline of the company's management and technical resources;
- An outline of the company's plant and equipment resources. In particular those available for this project;
- A statement indicating present workload, demonstrating capacity to undertake and properly resource the project;
- Details of how the contracting team intends to source, structure and supply the equipment, materials and labour for the project.
Declaration of technical preparedness and readiness of proposed WTMS.
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
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 in the specifications or in the invitation to tender or to negotiate
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:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: ..
IV.3.4)Time limit for receipt of tenders or requests to participate
18.11.2013 - 17:00
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
IV.3.7)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:
NIA is located approximately six miles North West of Newcastle city centre. In 2012 the airport handled over 4 million passengers, and offers flights to some 74 destinations worldwide. A number of wind farm schemes are being promoted by developers in the vicinity of NIA. Wind turbines are well known to have a detrimental effect on the safe provision of air traffic services due to their impact on primary surveillance systems. As a result, there is an increasing demand to mitigate the effects of wind farms upon the air traffic services operated at NIA. To ensure continuing safe air operations and safeguard business continuity, NIA wish to initiate a procurement programme to replace their surveillance system equipment.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: As per the Utilities Contracts Regulations 2006.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
11.10.2013