Section one: Contracting entity
one.1) Name and addresses
Newcastle International Airport
Woolsington, Newcastle upon tyne
Newcastle upon tyne
NE13 8BZ
Contact
Neil McIntyre
nm@newcastleinternational.co.uk
Telephone
+44 1912143106
Fax
+44 1912143561
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.newcastleairport.com
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA2473
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://1drv.ms/u/s!AoRYnW59xdyigyauQpV9wcmp0p0y?e=qqkbKZ
Additional information can be obtained from the above-mentioned address
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
Procurement of Next Generation Security Checkpoint Equipment
two.1.2) Main CPV code
- 35121000 - Security equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
Procurement of an integrated outbound security solution comprising of EDS C3 Cabin Baggage CT X-Ray scanners, automatic tray return systems and Central Image Processing Capability.
two.1.5) Estimated total value
Value excluding VAT: £2,500,000
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
- 38546000 - Explosives detection system
two.2.3) Place of performance
NUTS codes
- UKC2 - Northumberland and Tyne and Wear
Main site or place of performance
Newcastle International Airport
two.2.4) Description of the procurement
Newcastle International Airport intends to purchase 7 Nr security screening systems each comprising of:
- EDS C3 CB CT X-Ray Scanner
- Central Image Processing capability
- Automated Tray Return System
These systems will be called off in two phases, the first comprising of 4 Nr systems being called off in approximately November 2022 and the second comprising of 3 Nr systems being called off in approximately March 2023.
Tenderers will also be required to submit tenders for the provision of all planned and unplanned maintenance of the installed systems.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
29 June 2022
End date
6 April 2023
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
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 III. A hard copy of the statements must be received from all interested applicants by the contracting authority at the address given by 6th May 2022 (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 certificate 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 committed 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 applicant 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.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Information and formalities necessary for evaluating if the requirements are met:
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
three.1.3) Technical and professional ability
List and brief description of selection criteria
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 and clients involved together with references.
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 proposed project leader and each key member of the proposed team.
3. Provide details of any relevant professional or trade organisations by which your company is accredited.
4. Details of quality management procedures and accreditation.
5. Provide details of applicant's health and safety policy.
6. Provide a statement of the applicant's environmental policy.
7. Provide details of any prohibition notices or formal cautioning or prosecutions in relation to the applicant's business.
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Following receipt of the requests to participate the contracting authority will review the submissions in respect of all the criteria requested in Section III. On completion, invitations to tender will be issued to a maximum of 5 applicants who it is considered are most capable of fulfilling the contract.
Participation is restricted to those economic operators who are able to offer an EDS C3 CB CT X-Ray scanner which is included on the Department for Transports list of approved equipment and corresponding configurations that meet the relevant performance requirements specified in Attachments 12-B to 12-O published on the gov.uk website
Participants are to be in a position to offer an integrated system comprising of the 3 elements of equipment, X ray scanner, automatic tray return and central mage processing capability.
Expressions of interest from economic operators who are only able to offer individual elements of the system will not be considered.
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for the receipt of applications for an invitation to tender or to negotiate
Date
6 May 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.5) Scheduled date for start of award procedures
6 June 2022
Section six. Complementary information
six.2) Information about electronic workflows
Electronic payment will be used
six.3) Additional information
(MT Ref:225507)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit