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

Document Support Services.

Contract notice - utilities

Services

Directive 2004/17/EC

Section I: Contracting entity

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

Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Crawley
Contact point(s):
For the attention of: James Mallows
RH6 0NP London-Gatwick
UNITED KINGDOM
Telephone: +44 1293501471
E-mail:

Internet address(es):

General address of the contracting entity: www.gatwickairport.com

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

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:
Document Support Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services

NUTS code UKJ24

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):

IT services: consulting, software development, Internet and support. This tender is for the provision of 2nd and 3rd Line Application support and maintenance services for the Gatwick Document Life-cycle Content Management (DLCM) system. The successful bidder will provide the application support services for each of the DLCM components. This is for the provision of software support services on an annual basis only - it is not envisaged that software licensing is required as the application is already in use.

II.1.6)Common procurement vocabulary (CPV)

72000000

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: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
An initial 3 year contract with 1 option to extend for 2 years (i.e. 3+2).
II.2.2)Information about options
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable contracts, estimated time-frame for subsequent calls for competition:
in months: 24 (from the award of the contract)
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:

All requirements will be listed in the Pre-Qualification Questionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

All requirements will be listed in the Pre-Qualification Questionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

All requirements will be listed in the Pre-Qualification Questionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)

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

Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender. A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcrCandidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

III.2.2)Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: All requirements will be listed in the Pre-Qualification Questionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)

III.2.3)Technical capacity

Information and formalities necessary for evaluating if the requirements are met: All requirements will be listed in the Pre-Qualification Questionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)

III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
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:
13213
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time limit for receipt of tenders or requests to participate
18.2.2015 - 10:00
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
Persons authorised to be present at the opening of tenders: no

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:
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, and the contract will be awarded on the basis of the most economically advantageous tender. GAL (i) has voluntarily advertised this contract opportunity in the OJEU and (ii) voluntarily intends to adhere to best practice principles of Equality, Fairness and Transparency throughout the procurement process. Neither the OJEU advertisement nor GAL's voluntary adherence to the aforementioned principles should be construed as (i) an acceptance that GAL is required to carry out the procurement process in accordance with the requirements of Directive 2004/17/EC and/or the Utilities Contracts Regulations 2006 or (ii) a legally binding representation or promise to any actual or potential bidder that GAL will adhere to the aforementioned principles in the conduct of the procurement process. Neither the issue of this ITT nor any subsequent tender shall create any implied contract between GAL and any bidder, and any such implied contract is expressly excluded.

To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=128281164

GO Reference: GO-2015130-PRO-6330298.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Gatwick Airport Limited
5th floor, Destinations Place, Gatwick Airport, Crawley
RH6 0NP London-Gatwick
UNITED KINGDOM
E-mail:
Telephone: +44 1293505299
Internet address: www.gatwickairport.com

Body responsible for mediation procedures

Gatwick Airport Limited
5th floor, Destinations Place, Gatwick Airport, Crawley
RH6 0NP London-Gatwick
UNITED KINGDOM
E-mail:
Telephone: +44 1293505299
Internet address: www.gatwickairport.com

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

Gatwick Airport Limited
5th Floor destinations Place, Gatwick Airport, Crawley
RH6 0NP London-Gatwick
UNITED KINGDOM
E-mail:
Telephone: +44 1293505299
Internet address: www.gatwickairport.com

VI.5)Date of dispatch of this notice:
30.1.2015

Other interesting websites