Tender

Provision of a Technical Windfarm Mitigation Solution for Air Traffic Services at Inverness Airport

  • Highlands and Islands Airports Limited

F05: Contract notice – utilities

Notice identifier: 2021/S 000-013520

Procurement identifier (OCID): ocds-h6vhtk-02bc43

Published 15 June 2021, 4:35pm



The closing date and time has been changed to:

20 August 2021, 12:00pm

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

Highlands and Islands Airports Limited

Head Office, Inverness Airport

Inverness

IV2 7JB

Email

info@hial.co.uk

Telephone

+44 1667462445

Fax

+44 1667464300

Country

United Kingdom

NUTS code

UKM6 - Highlands and Islands

Internet address(es)

Main address

http://www.hial.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA13542

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

www.publiccontractsscotland.gov.uk

one.6) Main activity

Airport-related activities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of a Technical Windfarm Mitigation Solution for Air Traffic Services at Inverness Airport

Reference number

HIA-01391

two.1.2) Main CPV code

  • 38115100 - Radar surveillance equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

HIAL wish to appoint a sole Supplier for the provision of a technical windfarm mitigation solution for ATS at Inverness Airport.

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 38115100 - Radar surveillance equipment

two.2.3) Place of performance

NUTS codes
  • UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance

Inverness Airport

two.2.4) Description of the procurement

There are several wind farms proposed in the vicinity of Inverness Airport, at various stages of development, which have the potential to impact adversely on the Airport’s Primary Surveillance Radar. HIAL is liaising closely with the Planning Authority but must submit objections where necessary to those developments until a suitable mitigation scheme is in place.

HIAL and the Scottish Government have strategic aims towards environmental benefits, which include supporting renewable energy. To allow wind farm developments to progress, HIAL wishes to implement a Technical Solution which has already been proven and is operational at other UK airports to mitigate interference.

A solution is sought for a proven windfarm mitigation capability that shall be scalable through configuration, optimisation and performance validation to mitigate the development of individual windfarms that are evaluated as having an impact on the Inverness Airport ATS performance.

two.2.5) Award criteria

Quality criterion - Name: System Requirements / Weighting: 40

Quality criterion - Name: Works Requirements / Weighting: 40

Quality criterion - Name: Post-Implementation Support Services / Weighting: 17

Quality criterion - Name: Sustainability / Weighting: 3

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

180

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.1.2) 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

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

See Tender Document

three.1.6) Deposits and guarantees required

Where a Tenderer does not meet the minimum required standards of economic and financial standing, the Tenderer may still be eligible for consideration where their submission is supported by a parent company, bank or other appropriate third party guarantee in form and substance satisfactory to HIAL.

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Payment milestones are linked to the achievement of critical project milestones, outlined in the Tender Document


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 130-320351

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

27 July 2021

Local time

12:00pm

Changed to:

Date

20 August 2021

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

27 July 2021

Local time

12:00pm

Place

Remotely

Information about authorised persons and opening procedure

PCS Postbox


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.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=656859.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Apprenticeships and job opportunities targeted at young people;

Make sub-contracting opportunities available to SMEs, the third sector and supported businesses; and

Minimise negative environmental impacts, for example impacts associated with vehicle movements and/or associated emissions and impacts on protected areas, buildings or sites.

(SC Ref:656859)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=656859

six.4) Procedures for review

six.4.1) Review body

Inverness Sheriff Court and Justice of the Peace Court

The Inverness Justice Centre

Inverness

Email

inverness@scotcourts.gov.uk

Telephone

+44 1463230782

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/inverness-sheriff-court-and-justice-of-the-peace-court