Section one: Contracting entity
one.1) Name and addresses
NEWCASTLE INTERNATIONAL AIRPORT LIMITED
Newcastle International Airport, Woolsington
NEWCASTLE UPON TYNE
NE13 8BZ
Contact
Callum Spark
Telephone
+44 7553224710
Country
United Kingdom
Region code
UKC2 - Northumberland and Tyne and Wear
Companies House
2077766
Internet address(es)
Main address
https://www.newcastleairport.com
Buyer's address
https://www.newcastleairport.com
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.6) Main activity
Airport-related activities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply of Aeronautical Ground Lighting Equipment for Newcastle International Airport Limited
two.1.2) Main CPV code
- 34960000 - Airport equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
Newcastle International Airport Limited (NIAL) is seeking to appoint suppliers for the supply of Aeronautical Ground Lighting (AGL) Equipment at Newcastle International Airport as part of the runway resurfacing programme.
As part of the runway refurbishment programme the AGL luminaires and associated supporting infrastructure are to be replaced as further described in the procurement documents.
two.1.5) Estimated total value
Value excluding VAT: £1,285,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Luminaires
Lot No
1
two.2.2) Additional CPV code(s)
- 34995000 - Lighting for aircraft guidance and illumination
- 34997200 - Airport lighting
- 34997210 - Runway lights
two.2.3) Place of performance
NUTS codes
- UKC2 - Northumberland and Tyne and Wear
two.2.4) Description of the procurement
Supply of AGL Luminaires at Newcastle International Airport as part of the runway resurfacing programme as detailed in the tender documentation.
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: £700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
14
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) Description
two.2.1) Title
Pots
Lot No
2
two.2.2) Additional CPV code(s)
- 34995000 - Lighting for aircraft guidance and illumination
- 34997200 - Airport lighting
- 34997210 - Runway lights
two.2.3) Place of performance
NUTS codes
- UKC2 - Northumberland and Tyne and Wear
two.2.4) Description of the procurement
Supply of AGL pots at Newcastle International Airport as part of the runway resurfacing programme as detailed in the tender documentation.
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: £60,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
14
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) Description
two.2.1) Title
Transformers and Secondary Connectors
Lot No
3
two.2.2) Additional CPV code(s)
- 31210000 - Electrical apparatus for switching or protecting electrical circuits
- 31600000 - Electrical equipment and apparatus
- 34997000 - Control, safety or signalling equipment for airports
two.2.3) Place of performance
NUTS codes
- UKC2 - Northumberland and Tyne and Wear
two.2.4) Description of the procurement
Supply of AGL Transformers and Secondary Connectors at Newcastle International Airport as part of the runway resurfacing programme as detailed in the tender documentation
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: £350,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
14
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) Description
two.2.1) Title
Constant Current Regulators
Lot No
4
two.2.2) Additional CPV code(s)
- 31210000 - Electrical apparatus for switching or protecting electrical circuits
- 31600000 - Electrical equipment and apparatus
- 34997000 - Control, safety or signalling equipment for airports
two.2.3) Place of performance
NUTS codes
- UKC2 - Northumberland and Tyne and Wear
two.2.4) Description of the procurement
Supply of AGL Constant Current Regulators at Newcastle International Airport as part of the runway resurfacing programme as detailed in the tender documentation
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: £175,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
14
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
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
As stated in the procurement documents.
three.1.6) Deposits and guarantees required
Not applicable
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Payment terms shall be agreed with the successful Tenderer(s).
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Offers from consortia are welcome.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in the tender documentation.
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 receipt of tenders or requests to participate
Date
26 July 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 August 2023
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: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Parties who wish to obtain further information on the project must access the tender documentation on Login - Market Dojo (https://secure.marketdojo.com) invite code 5697CC.
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