Section one: Contracting entity
one.1) Name and addresses
Birmingham Airport Limited
Diamond House, Birmingham Airport
Birmingham
B26 3QJ
procurement@birminghamairport.co.uk
Country
United Kingdom
NUTS code
UKG31 - Birmingham
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://in-tendhost.co.uk/birminghamairport/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/birminghamairport/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Airport-related activities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
932 - Next Generation Security Equipment (Changes to Cabin Baggage Regulations June 2024)
two.1.2) Main CPV code
- 34960000 - Airport equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
The UK Department for Transport (DfT) have directed that UK airports must comply with the new passenger and baggage security screening requirements by June 1st 2024. Birmingham Airport Limited have a desire to meet the requirements of the DfT with the minimum of disruption to passengers and with a view to providing efficient security search lanes providing a safe and efficient process for both passengers and their cabin baggage.This procurement exercise is being undertaken so that Birmingham Airport can meet these obligations.The initial stage of the procurement requires respondents to review and respond to the attached PQQ in order to be considered for later stages of the procurement exercise.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34960000 - Airport equipment
- 35121000 - Security equipment
- 42417200 - Conveyors
- 50610000 - Repair and maintenance services of security equipment
- 48328000 - Image-processing software package
- 38546000 - Explosives detection system
two.2.3) Place of performance
NUTS codes
- UKG31 - Birmingham
two.2.4) Description of the procurement
The UK Department for Transport (DfT) have directed that UK airports must comply with the new passenger and baggage security screening requirements by June 1st 2024. Birmingham Airport Limited have a desire to meet the requirements of the DfT with the minimum of disruption to passengers and with a view to providing efficient security search lanes providing a safe and efficient process for both passengers and their cabin baggage.This procurement exercise is being undertaken so that Birmingham Airport can meet these obligations.The initial stage of the procurement requires respondents to review and respond to the attached PQQ in order to be considered for later stages of the procurement exercise.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Maximum number: 10
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The scope of the requirement is set out in two options as described below. The Airport will identify, through the Invitation to Dialogue, the single option which best meets its requirements, These requirements will be articulated in the Invitation to Dialogue document:-Option 1 – Cabin bag screening equipment (C3 and C1 machines), tray return system, body scanning equipment and ancillary equipment, if required as part of this procurement, as a single solution procured via a single framework agreement with a single supplierOption 2 – Cabin bag screening equipment (C3 and C1 machines) and tray return system as a single solution via a framework agreement with body scanning equipment supplied separately through a second framework agreement with a different supplier. If ancillary equipment is required as part of this procurement exercise this will be supplied by either supplier.That is to say:- Option 1 – Supplier A responsible for supplying a fully integrated passenger screening system utilising all necessary equipment to deliver best sector performance in processing passengers. This will include, but not exclusively, C3 and C1 machines, tray return system and body scanning equipment.Option 2 – Supplier A responsible for supplying the X-Ray and (C3 and C1 machines) and tray return system. Supplier B responsible for supplying body scanning equipment. If ancillary equipment is required as part of the scope of this procurement, then the dialogue will determine whether Supplier A or Supplier B provides this.All suppliers to be capable of delivering their components such that they can be fully integrated into a single system. All suppliers are expected to be capable of working in a collaborative manner with the client and the client’s agents to facilitate a right first time approach to delivery and demonstrate how this will be achieved.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As detailed in the SQ documentation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 2
In the case of framework agreements, provide justification for any duration exceeding 8 years:
The need to avoid the procurement of a mixed fleet of assets which would create disproportionate technical and operational difficulties
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
3 March 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
14 March 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Birmingham Airport
Birmingham
Country
United Kingdom