Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.6)Main activity
Airport-related activities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Architectural-Led Multi-Disciplinary Consultancy Services and Civil Engineering-Led Multi-Disciplinary Consultancy Services.
II.1.2)Main CPV code
71000000
II.1.3)Type of contract
Services
II.1.4)Short description:
The Airport is seeking to procure Frameworks for Architectural-Led Multi-Disciplinary Consultancy Services and Civil Engineering-Led Multi-Disciplinary Consultancy Services respectively.
The Frameworks will contribute to the successful delivery of a wide range of major and minor capital projects as well as supporting the Airport's asset management strategy.
The following services will be required under both Framework headings:-
Architectural Services / Civil Engineering Services
Structural Engineering
Mechanical Engineering
Electrical Engineering
Retail Planning and Design
Fire and Life Safety Engineering
Special System Engineering (Lighting, Acoustics, BMS, Land Surveys)
Security Systems
Energy Efficiency
Commissioning
All services can be delivered via existing in-house resource, joint ventures, consortia or by sub-contracting.
II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The contracting authority may award both Lots to single bidding entities.
II.2)Description
II.2.1)Title:
Architectural-Led Multi-Disciplinary Consultancy Services
Lot No: 1
II.2.2)Additional CPV code(s)
71200000
71221000
71311000
71312000
71317100
71320000
71321000
71322000
66515100
71334000
71310000
71313400
71315100
71315200
71315210
II.2.3)Place of performance
NUTS code: UKG31
Main site or place of performance:
II.2.4)Description of the procurement:
The Airport is seeking to procure a Framework for Architectural-Led Multi-Disciplinary Consultancy Services.
The Framework will contribute to the successful delivery of a wide range of major and minor capital projects as well as supporting the Airport's asset management strategy.
The following services will be required under both Framework headings:-
Architectural Services
Civil Engineering Services
Structural Engineering
Mechanical Engineering
Electrical Engineering
Retail Planning and Design
Fire and Life Safety Engineering
Special System Engineering (Lighting, Acoustics, BMS, Land Surveys)
Security Systems
Energy Efficiency
Commissioning
All services can be delivered via existing in-house resource, joint ventures, consortia or by sub-contracting.
Providers appointed to the Framework are to develop design solutions that not only meet project objectives and requirements, but also maximise opportunities for space utilisation and cost in use whilst minimising capital expenditure.
During the framework period there will be a wide range of projects which encompass all aspects of an expanding major Airport within the existing asset base.
Key Business Drivers are:-
— Improved safety and security
— Improve the passenger journey / experience
— Increased capacity
— Reduce operating costs
— Develop sustainable solutions
— Increase efficiency
— Align with the Airport's business plan and strategic objectives
The Framework will be in place for 5 years, with an option to extend for a further 2 years subject to satisfactory performance.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
The Airport reserves the right to cancel the procurement exercise at any point and will not be liable for expenses and costs incurred by organisations in respect of the preparation of submissions of expressions of interest.
As a general point, the Airport will not be liable for costs and expenses incurred by organisations in respect of this procurement process.
II.2)Description
II.2.1)Title:
Civil Engineering-Led Multi-Disciplinary COnsultancy Services
Lot No: 2
II.2.2)Additional CPV code(s)
71000000
71300000
71200000
71320000
71310000
71311000
71312000
71313400
71314000
71315100
71315200
71315300
71315400
71317100
II.2.3)Place of performance
NUTS code: UKG31
Main site or place of performance:
II.2.4)Description of the procurement:
The Airport is seeking to procure a Framework for Civil Engineering -Led Multi-Disciplinary Consultancy Services.
The Framework will contribute to the successful delivery of a wide range of major and minor capital projects as well as supporting the Airport's asset management strategy.
The following services will be required under both Framework headings:-
Architectural Services
Civil Engineering Services
Structural Engineering
Mechanical Engineering
Electrical Engineering
Retail Planning and Design
Fire and Life Safety Engineering
Special System Engineering (Lighting, Acoustics, BMS, Land Surveys)
Security Systems
Energy Efficiency
Commissioning
All services can be delivered via existing in-house resource, joint ventures, consortia or by sub-contracting.
Providers appointed to the Framework are to develop design solutions that not only meet project objectives and requirements, but also maximise opportunities for space utilisation and cost in use whilst minimising capital expenditure.
During the framework period there will be a wide range of projects which encompass all aspects of an expanding major Airport within the existing asset base.
Key Business Drivers are:-
— Improved safety and security
— Improve the passenger journey / experience
— Increased capacity
— Reduce operating costs
— Develop sustainable solutions
— Increase efficiency
— Align with the Airport's business plan and strategic objectives
The Framework will be in place for 5 years, with an option to extend for a further period of 2 years subject to satisfactory performance.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
The Airport reserves the right to cancel the procurement exercise at any point and will not be liable for expenses and costs incurred by organisations in respect of the preparation of submissions of expressions of interest.
As a general point, the Airport will not be liable for costs and expenses incurred by organisations in respect of this procurement process.
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4)Objective rules and criteria for participation
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Negotiated procedure with prior call for competition
IV.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
Envisaged maximum number of participants to the framework agreement: 4
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 04/12/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
The Chief Executive Officer, Birmingham Airport
Birmingham
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
13/11/2017