Opportunity

Supply and Maintenance of Airport Security Body Scanners

  • Highlands and Islands Airports Limited

F05: Contract notice – utilities

Notice reference: 2022/S 000-036033

Published 20 December 2022, 1:24pm



Section one: Contracting entity

one.1) Name and addresses

Highlands and Islands Airports Limited

Head Office, Inverness Airport

Inverness

IV2 7JB

Email

procurement@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

Supply and Maintenance of Airport Security Body Scanners

Reference number

HIA-1589

two.1.2) Main CPV code

  • 35121000 - Security equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

Supply, installation, commissioning and maintenance support of stand-alone airport security body scanners, initially at Inverness, Sumburgh, Stornoway, and Kirkwall airports and there may also be a requirement to supply body scanners at other HIAL airports during the contract term, as requested.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 38546000 - Explosives detection system

two.2.3) Place of performance

NUTS codes
  • UKM6 - Highlands and Islands
Main site or place of performance

Inverness, Sumburgh, Kirkwall and Stornoway Airports

two.2.4) Description of the procurement

HIAL wish to appoint a sole Supplier to a Contract for the supply, installation, commissioning and maintenance support of stand-alone airport security body scanners, initially at Inverness, Sumburgh, Stornoway, and Kirkwall airports and there may also be a requirement to supply body scanners at other HIAL airports during the contract term, as requested.

two.2.5) Award criteria

Quality criterion - Name: Goods Function and Performance / Weighting: 35

Quality criterion - Name: Delivery and Services / Weighting: 50

Quality criterion - Name: Performance Management / Weighting: 10

Quality criterion - Name: Sustainable Procurement / Weighting: 5

Price - Weighting: 35

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

initial period of 8 years for maintenance with provision to extend by a further 2 years annually

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

(a) Supply, at the point of Goods delivery, a critical spare parts package required to maintain and repair the Goods in accordance with the manufacturer’s recommendations. In order to facilitate the Supplier in meeting Support Service fault correction SLAs and therefore minimise disrupting the airport the Supplier may wish spare parts to be held on site (subject to HIAL storage restrictions), either as ‘imprest stock’ or otherwise.

(b) Supply of additional similar Goods to other HIAL airports, as required.

(c) Extended Warranty for 24 or 36 months.

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 commitment to provide a parent company, bank or other appropriate third party guarantee in form and substance satisfactory to HIAL, if requested to do so.

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

Budget is only allocated for this financial year up to 31 March 2023. Payment may be on the basis of completion of milestones including Factory Acceptance Test (FAT), Goods delivery to each site, and successful Site Acceptance Test (SAT). Only Goods successfully completing FAT or preferably delivered to site before 31 March 2023 will be accepted and paid for.

Should it not be possible to achieve delivery to site this financial year, HIAL will require the Supplier to enter a Vesting Agreement which transfers title of completed operational Goods upon payment in full of the Goods value, i.e. not including delivery, installation or commissioning. See the Draft Contract for a model Vesting Agreement.


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

Date

24 January 2023

Local time

12:00pm

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

24 January 2023

Local time

12:00pm

Place

Remote Working - Opening of PCS Postbox

Information about authorised persons and opening procedure

PCS Postbox - Head of Procurement to open


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=717370.

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.

(SC Ref:717370)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=717370

six.4) Procedures for review

six.4.1) Review body

Inverness Sheriff Court and Justice of the Peace Court

Inverness Justice Centre, Longman Roaf

Inverness

IV1 1AH

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