Tender

Pre-Qualification Questionnaire for London Gatwick Airport Limited Design Framework Agreements.

  • Gatwick Airport Limited

F02: Contract notice

Notice identifier: 2023/S 000-028107

Procurement identifier (OCID): ocds-h6vhtk-04032f

Published 22 September 2023, 7:06pm



Section one: Contracting authority

one.1) Name and addresses

Gatwick Airport Limited

5th Floor Destinations Place, Gatwick Airport

Gatwick

RH6 0NP

Contact

Pius Appiah

Email

supplychain@Gatwickairport.com

Telephone

+44 3448920322

Country

United Kingdom

Region code

UKJ - South East (England)

Internet address(es)

Main address

http://www.Gatwickairport.com

Buyer's address

http://www.Gatwickairport.com

one.3) Communication

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

https://www.delta-esourcing.com/respond/C3Y9AG849R

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/respond/C3Y9AG849R

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Airport

one.5) Main activity

Other activity

Airport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Pre-Qualification Questionnaire for London Gatwick Airport Limited Design Framework Agreements.

two.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services
    • IA01 - Design and construction
    • JA04 - For design

two.1.3) Type of contract

Services

two.1.4) Short description

London Gatwick Airport Limited (GAL) has a forthcoming requirement to refresh its Design Framework Agreements. This encompasses multi-disciplinary services, civil and structural engineering, architectural, mechanical engineering, fire engineering and baggage design. GAL is seeking interested suppliers from across the market, typically involved in the design of construction projects in the Aviation sector.

Following GAL’s early market engagement with the supply chain we have now released a PQQ document for completion by interested suppliers.

To participate in the selection process, Potential Providers are invited to complete the PQQ document. The information to be provided is intended to enable London Gatwick to evaluate the eligibility, economic and financial standing, and technical and professional ability of providers. Suitable candidates will be taken to the next stage of the process and invited to reply to the RFP.

two.1.5) Estimated total value

Value excluding VAT: £60,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Refer to the PQQ document

two.2) Description

two.2.1) Title

Lot 1A – Multi – disciplinary Services

Lot No

Lot 1A

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71311300 - Infrastructure works consultancy services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

SOUTH EAST (ENGLAND)

two.2.4) Description of the procurement

London Gatwick Airport Limited operates the busiest single runway airport in the world, the second largest airport in the UK and the tenth busiest international airport globally. The scope of airport operations is broad, covering all aspects of airfield, terminal, passenger, and baggage management, as well as administering the property and retail business. As such, the airport collaborates closely with various stakeholders, including but not limited to airlines, the UK Civil Aviation Authority, retailers, public advisory groups, and public transport operators, to ensure a seamless experience for our customers.

The New Design Framework Agreement will seek interest from suppliers from across multiple Design fields including Multi – Disciplinary Design Services, Fire Engineering, Architectural Services, Airfield Design, Baggage Services, Integration Services.

The framework shall contain three main Lots and Sub Lots as below:

Lot 1

Lot 1A – Multi – disciplinary Services

Lot 1B – Airfield Services

Lot 2

Baggage Renewal Services

Lot 3

Lot 3A – Multi – disciplinary SMEs

Lot 3B – Fire Engineering

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

48

This contract is subject to renewal

Yes

Description of renewals

There is an extension option of 2 years.

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

two.2.14) Additional information

Below presents the proposed procurement programme. This is intended as an indicative guide only.

Planned dates for key stages are as follows:

•Deadline for submission of completed PQQ – 20 October 2023

•Potential Providers advised of results of PQQ evaluation – 18 December 2023

•Request for Proposal (RFP) to be issued – 4 January 2024

•RFP closure date – 16 February 2024

two.2) Description

two.2.1) Title

Lot 1B – Airfield Services

Lot No

Lot 1B

two.2.2) Additional CPV code(s)

  • 71220000 - Architectural design services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

SOUTH EAST (ENGLAND)

two.2.4) Description of the procurement

Refer to the PQQ

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

48

This contract is subject to renewal

Yes

Description of renewals

Refer to the Tender documents

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

two.2) Description

two.2.1) Title

Lot 2 - Baggage Renewal Services

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 34961000 - Baggage-handling system
  • 63112000 - Baggage handling services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

SOUTH EAST (ENGLAND)

two.2.4) Description of the procurement

Refer to the PQQ document

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

48

This contract is subject to renewal

Yes

Description of renewals

Refer to the tender documents

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

two.2) Description

two.2.1) Title

Lot 3A – Multi – disciplinary SMEs

Lot No

Lot 3A

two.2.2) Additional CPV code(s)

  • 71220000 - Architectural design services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

SOUTH EAST (ENGLAND)

two.2.4) Description of the procurement

Refer to the PQQ Document

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

48

This contract is subject to renewal

Yes

Description of renewals

Refer to the tender documents

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

two.2) Description

two.2.1) Title

Lot 3B – Fire Engineering

Lot No

Lot 3B

two.2.2) Additional CPV code(s)

  • 71317100 - Fire and explosion protection and control consultancy services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

SOUTH EAST (ENGLAND)

two.2.4) Description of the procurement

Refer to the PQQ document

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

48

This contract is subject to renewal

Yes

Description of renewals

Refer to the tender documents

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.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

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

22 October 2023

Local time

12:00pm

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.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Gatwick:-Architectural%2C-construction%2C-engineering-and-inspection-services./C3Y9AG849R" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Gatwick:-Architectural%2C-construction%2C-engineering-and-inspection-services./C3Y9AG849R

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/C3Y9AG849R" target="_blank">https://www.delta-esourcing.com/respond/C3Y9AG849R

GO Reference: GO-2023922-PRO-24026926

six.4) Procedures for review

six.4.1) Review body

Gatwick Airport Limited

5th Floor Destinations Place, Gatwick Airport

Gatwick

RH6 0NP

Country

United Kingdom