By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Retail and Property Small Works Framework.

Contract notice - utilities

Works

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

Heathrow Airport Limited
The Compass Centre, West Wing, 2nd Floor, Nelson Road
Contact point(s): Supply Chain Department
For the attention of: Michael Carey
TW6 2GW Hounslow
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting entity: http://www.baa.com

Electronic access to information: http://www.tendersmart.com

Electronic submission of tenders and requests to participate: http://www.tendersmart.com

Further information can be obtained from: www.tendersmart.com > Business Opportunities > Contract Notices
Please address your queries via the Messaging Centre on www.tendersmart.com > Business
www.tendersmart.com
UNITED KINGDOM
Internet address: http://www.tendersmart.com

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: www.tendersmart.com > Business Opportunities > Contract Notices
Please address your queries via the Messaging Centre on www.tendersmart.com > Business
www.tendersmart.com
UNITED KINGDOM
Internet address: http://www.tendersmart.com

Tenders or requests to participate must be sent to: www.tendersmart.com > Business Opportunities > Contract Notices
Please address your queries via the Messaging Centre on www.tendersmart.com > Business
www.tendersmart.com
UNITED KINGDOM
Internet address: http://www.tendersmart.com

I.2)Main activity
Airport-related activities
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Retail and Property Small Works Framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Main site or location of works, place of delivery or of performance: Heathrow - TW6 2GW.

NUTS code UKI23

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 3

Duration of the framework agreement

Duration in months: 36

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT
Range: between 12 000 000 and 15 000 000 GBP
II.1.5)Short description of the contract or purchase(s):
Retail Concessions Typical Works Requirements
In Retail Concessions the works required are for adapting the existing shell and core units to the HAL Retail Standards, and undertaking any outstanding strip-out and fit-out works if a retailer has not completed them (e.g.due to insolvency or early exit, or HAL instructed relocation). The typical works are detailed below.
Shell and Core adaptation and other works:
Works to the retail unit layout (internal walls, bulkheads, shop front changes) may be required to match the retail unit's layout with changes to the terminal retail strategy. Other works also include services removal/installation to units, and to temporary pop up units, and also any minor emergency items that sit outside the remit of the HAL Terminals team.
II.1.6)Common procurement vocabulary (CPV)

45235100, 45213331, 51100000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
- Erect timber hoarding.
- Removal of interior walls, wall/floor coverings, ceilings, doors fixtures and fittings.
- Removal of Uni-strut sub-grid ceiling supports.
- Isolation of fire alarms, sprinklers, and water installations, for services enhancements.
- Strip out redundant mechanical and electrical services.
- Installation of above items (walls, wall cladding, floor coverings, ceilings etc), and caging.
- Installation of services (drainage, electrical, kitchen extract ductwork).
- Supply and installation of various fixtures and fitting if required, e.g. light fittings.
- Painting and decorating.
Dilapidations
- Strip out of interior furnishing, removal of floor covering.
- Isolation of fire alarms, sprinklers, water installations and HVAC.
- Strip out redundant mechanical and electrical services.
- Strip out of voice and data communication cabling.
Build / Refurbishment.
- Replacing door locks.
- Painting and decorating.
- Floor coverings.
- Electrical installation - Heathrow certificated.
- HVAC installation.
- Water installation.
- Kitchen installation.
- WC installation.
- Roofing.
- Glazing.
Services / Marketing / Media / Travel: Interfaces and deliverables to be considered and incorporated as applicable into these works.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details to be contained in the Invitation to Tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint ventures must enter into a legal agreement with joint and several liability.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.2)Award criteria
IV.2.1)Award criteria
Lowest price
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
HAL/0165.
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: ..
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
7.5.2013 - 13:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
Voluntary Notice.
This document constitutes a voluntary contract notice and accordingly the procurement is not subject to Directive 2004/17/EC or the Utilities Contracts Regulations 2006 (as amended). As such, the Contracting Entity does not consider itself bound by those Regulations in any way. Any references to the EC Directive 2004/17/EC or the Utilities Contracts Regulations 2006 (as amended) in the contract notice, Tender Documents or any other tender documents should be read with this in mind. While the Contracting Entity is basing this tender process on the negotiated procedure provided for in the Regulations, it does not consider itself bound by the provisions regarding that procedure and reserves the right to depart from that procedure as provided for in the Regulations at any time.

Registering interest: Interested suppliers are required to submit the information requested by uploading responses to www.tendersmart.com as follows:

Instructions for registering interest: Interested suppliers must register their company and contact profile by clicking on the link for this notice on the "Business Opportunities" menu of the www.tendersmart.com web site and by following the instructions below:

First, interested suppliers who are not already registered on TenderSmart must register their company profile via "Supplier Zone > New Supplier" menu. Suppliers already registered on TenderSmart can go direct to the second step.
Second, all interested suppliers must access this Notice via the "Business Opportunities" menu to express interest by following the online instructions and uploading the requested information before the indicated deadline (see Section IV paragraph 3.4).
Further information: To evaluate their suitability, interested suppliers, when responding to this notice are requested to provide information which demonstrates their ability to comply with the award criteria. (Failure to do so will result in their request being rejected). Heathrow Airport Limited does not bind itself to accept any proposal. In evaluating their suitability, suppliers may be further requested to provide to Heathrow Airport Limited additional information e.g.further written submissions, presentations, reference visits/inquiries and/or attend an interview.

As documentation associated with this process will be made available and exchanged via www.tendersmart.com

interested suppliers are required to register on the site. Please refer to this site for terms and conditions.Registering interest in this project does not guarantee inclusion of the party on the tender enquiry list. There is no cost associated with registration, expression of interest, or accessing the tender documentation, (where invited). However, to submit a bid at tender stage, then there will be an TenderSmart administration fee.

Fee information can be found on the TenderSmart website through selecting the "How It Works" tab and then downloading the "Participant Agreement". Please ensure responses are concise and overall less than 10MB. Your document should be uploaded as a single PDF document on to http://www.tendersmart.com. For further information on registration or other aspects of TenderSmart please contact: Frédéric Garat: +33(0)1 41 90 04 30. Heathrow Airport Limited reserves the right to disqualify any candidate who provides information or confirmation which later proves to be untrue or incorrect or does not supply information when requested.

Industry day: 17.6.2013.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Heathrow Airports Limited Procurement Director
The Compass Centre, Nelson Road
TW6 2GW Hounslow
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: A standstill period will be incorporated at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Utilities Contracts Regulations (SI 2006 No 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
17.4.2013

Other interesting websites