Tender

932 - Next Generation Security Equipment (Changes to Cabin Baggage Regulations June 2024)

  • Birmingham Airport Limited

F05: Contract notice – utilities

Notice identifier: 2022/S 000-002687

Procurement identifier (OCID): ocds-h6vhtk-031119

Published 31 January 2022, 2:36pm



Section one: Contracting entity

one.1) Name and addresses

Birmingham Airport Limited

Diamond House, Birmingham Airport

Birmingham

B26 3QJ

Email

procurement@birminghamairport.co.uk

Country

United Kingdom

NUTS code

UKG31 - Birmingham

Internet address(es)

Main address

www.birminghamairport.co.uk

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