Section one: Contracting entity
one.1) Name and addresses
Highlands and Islands Airports Limited
Head Office, Inverness Airport
Inverness
IV2 7JB
Telephone
+44 1667462445
Fax
+44 1667464300
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA13542
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, 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
one.6) Main activity
Airport-related activities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Replacement of Aeronautical Ground Lighting (AGL)
Reference number
HIA-01570
two.1.2) Main CPV code
- 45235000 - Construction work for airfields, runways and manoeuvring surfaces
two.1.3) Type of contract
Works
two.1.4) Short description
Replacement of Aeronautical Ground Lighting (AGL):
Lot 1 - Inverness Airport
Lot 2 - Kirkwall Airport
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1 - Inverness Airport
Lot 2 - Kirkwall Airport
two.2) Description
two.2.1) Title
Replacement of Aeronautical Ground Lighting (AGL) - Inverness Airport
Lot No
1
two.2.2) Additional CPV code(s)
- 34997210 - Runway lights
- 45235200 - Runway construction works
- 34995000 - Lighting for aircraft guidance and illumination
- 34968200 - Airport Lighting System (PAPI)
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
HIAL are undertaking this procurement to appoint a single works contractor for the replacement of Aeronautical Ground Lighting (AGL) systems at Inverness Airport in accordance with the Works Information.
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
5
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: Yes
Description of options
Additional related works items arising from the original scope of works.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Replacement of Aeronautical Ground Lighting (AGL) at Kirkwall Airport
Lot No
2
two.2.2) Additional CPV code(s)
- 34997210 - Runway lights
- 45235200 - Runway construction works
- 34995000 - Lighting for aircraft guidance and illumination
- 34968200 - Airport Lighting System (PAPI)
two.2.3) Place of performance
NUTS codes
- UKM65 - Orkney Islands
Main site or place of performance
Kirkwall Airport
two.2.4) Description of the procurement
HIAL are undertaking this procurement to appoint a single works contractor for the replacement of Aeronautical Ground Lighting (AGL) at Kirkwall Airport for the main 0927 runway. The works also include the installation of new pits and ducts, approach lights, approach light masts, signs, all new primary and secondary cabling including associated civil works.
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
5
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: Yes
Description of options
Additional related works items arising from the original scope of works.
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
HIAL does not undertake to accept any Tender where the financial health of the Tenderer would, in the opinion of HIAL, pose too high a risk.
HIAL may seek independent financial and market advice to assist in the evaluation of economic and financial standing.
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
Refer to Tender Pack
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Where a Tenderer is a consortium, please note that only one Tender Response from the consortium, identifying the lead consortium member (which will be responsible for administration of the Contract and which shall also act as the central point for payment purposes) will be accepted. The Contract and ancillary documentation will be entered into with all members of the consortium, who will in these circumstances each be required to execute the Contract and the ancillary documentation, evidencing their joint and several liability in respect of the obligations and liabilities of the Contract.
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
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
27 October 2023
Local time
12:00pm
Changed to:
Date
24 November 2023
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
27 October 2023
Local time
12:00pm
Place
Remotely
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
Relevant project constraints:
- The airports must remain operational during the works with the works being undertaken during night-time possession of the runways.
- Site Restrictions are referred to within section WI 205 of the Works Information in the Contract(s).
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=745079.
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.
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
Each Lot is below threshold for community benefits.
(SC Ref:745079)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=745079
six.4) Procedures for review
six.4.1) Review body
Inverness Sheriff Court and Justice of the Peace Court
The Inverness Justice Centre, Longman Road
Inverness
IV1 1AH
Telephone
+44 1463230782
Country
United Kingdom