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

Construction Framework - Medium Complexity.

Contract notice - utilities

Works

Directive 2004/17/EC

Section I: Contracting entity

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

Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, West Sussex
For the attention of: Alan Parfitt
RH6 0NP London-Gatwick
UNITED KINGDOM
E-mail:

Internet address(es):

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

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: Gatwick Airport Limited
5th Floor, Destinations Place, Gatwick Airport, West Sussex
Contact point(s): Alan Parfitt
RH6 0NP Gatwick
UNITED KINGDOM
E-mail:

Tenders or requests to participate must be sent to: Gatwick Airport Limited
5th Floor, Destinations Place, Gatwick Airport, West Sussex
Contact point(s): Alan Parfitt
RH6 0NP Gatwick
UNITED KINGDOM
E-mail:

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:
Construction Framework - Medium Complexity.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Execution

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: 18

Duration of the framework agreement

Duration in years: 5
II.1.5)Short description of the contract or purchase(s):
Engineering works and construction works. Construction work for airports. Building construction work. Works for complete or part construction and civil engineering work. Electrical installation work. Mechanical installations. Heating, ventilation and air-conditioning installation work. Plumbing and sanitary works. Refurbishment work. Architectural design services. Engineering design services. Engineering design services for mechanical and electrical installations for buildings. Heating-system design services. Engineering design services for the construction of civil engineering works. Electrical engineering installation works. Mechanical and electrical engineering services. Gatwick Airport Ltd (GAL) is seeking to appoint a framework of building, civil engineering and mechanical/electrical companies to support it's Capital Investment Programme, including but not limited to refurbishment, re-configuration, fitting out, new-build and asset replacement. This framework is for Construction - Medium Complexity, with project values typically between 1 000 000 GBP and 10 000 000 GBP. The appointed framework holders will be invited to tender for projects or groups of projects. Works Contracts will be awarded under the Framework using the NEC form of contract (with GAL amendments), with pricing options A, C or E. Please note that GAL is not a utility or a contracting authority for the purposes of Directives 2004/17 and 2004/18 and Utilities Contract Regulation 2006 and this notice is published voluntarily for publicity purposes only.
II.1.6)Common procurement vocabulary (CPV)

45220000, 45235100, 45210000, 45200000, 45310000, 45350000, 45331000, 45330000, 45453100, 71220000, 71320000, 71321000, 71321200, 71322000, 45315100, 71334000

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: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Construction Framework - Medium Complexity will consist of 3 lots:
Lot 1 - Building
Lot 2 - Civil Engineering
Lot 3 - Mechanical/Electrical (including Plumbing and HVAC)
The scope of the Framework comprises projects in relation to enhancement and replacement of elements of GAL's infrastructure which may include, but may not be limited to the following:
- Civil engineering, paving and associated works;
- Building re-configuration, extension, upgrade works and fitting out;
- Lighting and power supply distribution systems;
- Electrical and mechanical engineering work
-Clean and waste water related infrastructure and systems;
- Gas related infrastructure and systems;
- Heating and ventilation systems;
- Building management systems;
- Building user facilities and systems;
- Demolition and stripping out;
- IT and communications infrastructure projects - necessary support work
The services required from framework contractors may include but may not be limited to:
Design, specification and drawings production, procurement, project management, construction, co-ordination with other specialist contractors working on the GAL site, technical assurance and certification, operational readiness, operating plans, testing, commissioning and acceptance. These services are more fully described in the Pre-Qualification Questionnaire (PQQ).
It is intended for appointed framework holders to work closely with GAL and its staff to deliver against projects within the wider programme.
All works conducted will need to be in accordance with GAL technical standards.
Depending on the nature of the works, the GAL team will seek flexible project execution options ranging from:
1) Projects self-managed by GAL and drawing upon the framework holders for core discipline delivery.
2) Seeking framework holders in some instances to lead on project delivery, utilising other framework holders where appropriate.
3) Seeking framework holders in some instances to lead as Principal Contractor/Designer, utilising other framework holders where appropriate.
II.2.2)Information about options
Options: yes
Description of these options: There is a possibility of the framework being extended by a further 2 years.
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: 60 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Building Works
1)Short description:
Building works as described in section II.2.1) - medium complexity projects - anticipated value of project/group of projects between 1 000 000 GBP and 10 000 000 GBP
2)Common procurement vocabulary (CPV)

45210000, 45453100, 71220000, 71320000, 45235100

3)Quantity or scope:
Building works including scheduling, procurement, management, co-ordination and supervision of all necessary preliminaries, labour, plant, materials and sub-contractors, carried out in accordance with GAL health and safety, environmental, quality, commercial, project management and other relevant procedures and in accordance with GAL technical standards, to meet cost, time, operational and quality requirements.
Estimated value excluding VAT
Range: between 160 000 000 and 240 000 000 GBP
5)Additional information about lots:
On some projects, the building works may also include full or partial contractor design responsibility.
Lot No: 2 Lot title: Civil Engineering Works
1)Short description:
Civil engineering works as described in Section II.2.1) on medium complexity projects/groups of projects between 1 000 000 GBP and 10 000 000 GBP
2)Common procurement vocabulary (CPV)

45200000, 45233222, 45232450, 45233000, 71322000, 44322300, 45235100

3)Quantity or scope:
Civil engineering works including the scheduling, procurement, management, co-ordination and supervision of all necessary labour, plant, materials and sub-contractors and carrying out of projects in accordance with GAL health and safety, environmental, quality, commercial, project management and other relevant procedures and GAL technical standards in order to meet cost, time, operational and quality requirements.
Estimated value excluding VAT
Range: between 120 000 000 and 180 000 000 GBP
5)Additional information about lots:
Some civil engineering projects may include full or partial contractor design responsibility.
Lot No: 3 Lot title: Mechanical/electrical works
1)Short description:
Mechanical/electrical works as described in section II.2.1) on medium complexity projects or groups of projects with an anticipated value of between 1 000 000 GBP and 10 000 000 GBP
2)Common procurement vocabulary (CPV)

45350000, 45310000, 45331000, 45330000, 71321000, 71321200, 45315100, 71334000, 45235100

3)Quantity or scope:
Mechanical/electrical works including the scheduling, procurement, management, co-ordination and supervision of all necessary preliminaries, labour, plant, materials and sub-contractors, carrying out the works in accordance with GAL health and safety, environmental, quality, commercial, project management and other procedures to meet cost, time, quality and operational requirements.
Estimated value excluding VAT
Range: between 120 000 000 and 180 000 000 GBP
5)Additional information about lots:
Some mechanical/electrical projects may include full or partial contractor design responsibility.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent Company Guarantees may be required (if applicable).
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be advised as part of the Request for Proposal (RFP) stage.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If any consortia are proposed, the parties to that consortia shall be held jointly and severally liable, whether incorporated or not incorporated.
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: All requirements will be listed in the pre-qualification document, which can be downloaded from e-Delta, further information in section V1.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: All requirements will be listed in the pre-qualification document, which can be downloaded from e-Delta, further information in section V1.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: All requirements will be listed in the pre-qualification document, which can be downloaded from e-Delta, further information in section V1.
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:
13371
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: 24.9.2015 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
6.10.2015 - 16:00
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:
This framework is part of a 4 framework strategy for the delivery of GALs Capital Investment Plan, notably:
1) Low complexity works
2) Medium complexity works
3) Professional services
4) High complexity works
Details of 3) and 4) will follow in subsequent OJEU Notices
It is anticipated that the PQQ document for 2) will be available no later than 8.9.2015.
All communication to be conducted through the MESSAGE CENTRE on the Delta e-Sourcing web portal please.

Bidders should note that a Supplier Forum is being held on 17.9.2015. At this event, more information on the GAL Capital Investment Programme and the GAL framework procurement strategy and process will be given. It is not mandatory to attend this event, to be able to participate in bidding for any lots within the Construction Frameworks, but attendance is recommended and those wishing to attend should send an email expressing their interest to alan.parfitt@gatwick airport.com Names, positions and contact details of proposed delegates should be included within this email. It is hoped that two delegate places for each interested company will be allocated, but GAL reserves the right to reduce this to one place, if the event becomes over-subscribed.

The deadline for submitting PQQ response(s) is 6.10.2015. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents. If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on +44 8452707050 or email

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Gatwick:-Engineering-works-and-construction-works.-*Duplicated*/REVGMB263B

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/REVGMB263B

GO Reference: GO-201592-PRO-7013302.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Gatwick Airport Limited
5th Floor, Destinations Place, Gatwick Airport, West Sussex
RH6 0NP Gatwick
UNITED KINGDOM
Telephone: +44 1293501471

Body responsible for mediation procedures

Gatwick Airport Limited
5th Floor, Destinations Place, Gatwick Airport, West Sussex
RH6 0NP Gatwick
UNITED KINGDOM
Telephone: +44 1293501471

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

Gatwick Airport Limited
5th Floor, Destinations Place, Gatwick Airport, West Sussex
RH6 0NP Gatwick
UNITED KINGDOM
Telephone: +44 1293501471

VI.5)Date of dispatch of this notice:
2.9.2015