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

Terminal Redevelopment 2014-2015.

Contract notice - utilities

Works

Directive 2004/17/EC

Section I: Contracting entity

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

Newcastle International Airport Limited
Woolsington
Contact point(s): Newcastle International Airport Projects Department
For the attention of: Mr Neil McIntyre
NE13 8BZ Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 1912143106
E-mail:

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:
Terminal Redevelopment 2014-2015.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
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):
The strip out and internal reconfiguration and fit out of the Common Departure Lounge located airside on the first floor of the terminal building.
II.1.6)Common procurement vocabulary (CPV)

45213331 - IA01 - IA09

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: 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:
The contract will involve a two stage process comprising of the detailed design development of an existing scheme design and the establishment of a contract sum on an open book basis for the strip out and reconfiguration of the existing southern section of the Common Departure Lounge on the first floor of the terminal. This work will involve the strip out of circulation areas and concession/retail units together with associated core services followed by the reprovision of a new fully fitted out public concourse area and the construction of new shells and core services for concession/reail units.
Estimated value excluding VAT: 4 500 000 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
Duration in months: 12 (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:
A performance bond or parent company guarantee will be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
In accordance with the works contract. NIA standard payment terms are 28 days from receipt of invoice.
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: Initial assessment will be on the statements of capability containing the information set out in this section. A hard copy of the statement must be received from all interested applicants by the contracting authority at the address given by 17th February 2014 (12 noon) for the applicant to be considered to be invited to tender.
The statement of capability must include the applicant's full name and address, contact name and status and contact telephone number as well as the information requested elsewhere in this notice. Such information should also include:
1. Certificate of incorporation or equivalent and/or professional/commercial registration (if applicable).
2. VAT registration number.
3. Details of parent company or other group companies (if applicable) together with their certifcate of incorporation or equivalent. In the statement of capability the applicant must confirm that the matters listed in sub-paragraphs a) to h) below do not apply, nor have applied in the past, to it. If this cannot be confirmed an explanation should be provided.
a) Being an individual who is bankrupt or has had a receiving order or administration order made against him or has made any composition or arrangement with or for the benefit of his creditors or appears unable to pay,or to have no reasonable prospect of being able to pay, a debt within the meaning of Section 268 of the Insolvency Act 1968, or Article 242 of the Insolvency (Northern Ireland) Order 1989, or in Scotland has granted a trust or deed for creditors or become otherwise apparently insolvent, or is the subject of a petition presented for sequestration of his estate, or is the subject of any similar procedure under the law of any other state;
b) being a partnership constituted under Scots law has granted a trust deed or become otherwise apparently insolvent, or is the subject of a petition presented for sequestration of its estate;
c) being a company which has passed a resolution or is the subject of an order by the court for the company's winding up otherwise than for the purpose of bona fide reconstruction or amalgamation, or has had a receiver, manager or administrator on behalf of a creditor appointed in respect of the company's business or any part thereof or is the subject of proceedings for any of the above procedures or is the subject of similar procedures under the law of any other state;
d) has been convicted of a criminal offence relating to the conduct of his business or profession;
e) has commited an act of grave misconduct in the course of his business or profession;
f) has not fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the contractor is established;
g) has not fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the applicant is established;
h) is guilty of serious misrepresentation on providing any information to the contracting authority. Applicants should indicate if they are applying as a consortium or joint venture and if so, who are the parties. All of the information must be provided for each member of a consortium or joint venture, seeking to be invited to tender.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: 1. Company financial information relating to the past 3 years of trading including cashflow and balance sheets and any significant post balance sheet events for the last 3 years. The financial information should include: net worth, total capital assets employed, other capital employed, turnover, net profit, current assets, current liabilities, stock, trade, creditors/debtors, statement of contingent liability, material pending or threatened litigation or legal proceedings, existing or future financial commitments.
2. Provide details of the all risks cover and public liability cover held by the applicant, and details of any notification to it within the last 3 years.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: 1. Provide details of the applicant's previous experience of carrying out similar works with specific reference to any similar works in a live airport environment, specifying the sums, dates and employers involved.
2. Provide details of company size, structure and demographics including a statement of average annual manpower and the number of managerial staff over the last 3 years and a brief CV for the project leader and each key member of the proposed team.
3. Details of quality management procedures and accreditation.
4. Provide details of the applicant's health and safety policy.
5. Provide a statement of the applicant's environmental policy.
6. Provide details of any prohibition notices, improvement notices or formal cautioning or prosecutions in relation to the applicants' business.
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.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: 31.1.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
17.2.2014 - 12:00
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:
Following receipt of the requests to participate the contracting authority will review the submissions in respect of the criteria requested in Section 111. Invitations to tender will then be issued to the 5 applicants from whom the optimum submissions have been received, as deemed by the the contracting authority.
The contracting authority reserves the right to change this notice without notice, the award procedure, to reject all or any bids for the contract, determining discusions with any liability on its part. Tenders and all supporting documents must be priced in sterling. Any agreement entered into will be considered to be a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English court. The contracting authority is not liable for any costs incurred by those expressing an interest in negotiating for this contract opportunity.
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:
17.1.2014