Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Remote Tower Solution

  • First published: 04 May 2020
  • Last modified: 04 May 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Highlands and Islands Airports Ltd
Authority ID:
AA77939
Publication date:
04 May 2020
Deadline date:
04 June 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Highlands and Islands Airports Ltd will establish a remote tower air traffic control solution at a Combined Surveillance Centre in Inverness, serving air traffic control airports within the HIAL estate. A contingency and training centre will also be established.

HIAL seeks tenders from suppliers who can deliver, whether or not as part of a consortium:

— the remote tower solution detailed in the tender pack,

— spare parts and consumables for the remote tower solution,

— training as detailed in the tender pack.

The remote tower solution shall be provided on a turnkey basis.

HIAL expects the exact scope of the supplies, services and works to be procured will be determined as part of negotiations, but HIAL currently anticipates that:

— the remote tower solution will include the supply, installation and fit out of remote tower modules within the Combined Surveillance Centre and the Contingency and Training Centre. This will include sensors, displays, communications and processing for aerodrome control, operational support, supervisory and engineering working positions as detailed in the tender pack;

— the remote tower solution will involve the installation of optical sensors on the relevant aerodromes;

— associated support and maintenance services, including training will also be required;

— the solution provider will be required to collaborate with design and construction professionals appointed by HIAL;

— there will be a requirement for technical support and maintenance for the remote tower solution for the life of the system;

— the contract will include requirements related to the need to equip a contingency facility with contingency and simulator positions; options for the supply and fit-out of additional controller positions at the Combined Surveillance Centre and options for the installation of equipment at additional airports (whether or not owned and/or operated by HIAL).

The solution provider will be required to support HIAL's transition from the current operation to the Combined Surveillance Centre.

Every system and piece of equipment provided must be able to meet current and reasonably foreseeable UK and international regulatory requirements.

Subcontracting opportunities must be published on www.publiccontractsscotland.gov.uk

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Highlands and Islands Airports Ltd

Head Office, Inverness Airport

Inverness

IV2 7JB

UK

Contact person: J Marshall

Telephone: +44 1667462445

E-mail: atms@hial.co.uk

Fax: +44 1667464300

NUTS: UKM6

Internet address(es)

Main address: http://www.hial.co.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA13542

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publiccontractsscotland.gov.uk


I.6) Main activity

Airport-related activities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Remote Tower Solution

II.1.2) Main CPV code

34962000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Supplies, services and works necessary to deliver a remote tower air traffic control solution at a Combined Surveillance Centre in Inverness, serving air traffic control airports within the HIAL estate. It is the intention of HIAL that the project will encompass Dundee, Inverness, Kirkwall, Stornoway and Sumburgh airports, but HIAL reserves the right to add or subtract airports and/or to phase the introduction of the remote tower solution at any airport(s). The contract will include the supply and installation of remote tower equipment and associated support and maintenance services. The contract will also include supply of compatible system components, spares and maintenance, for the named airports and any other airports served by the Combined Surveillance Centre (whether or not owned and/or operated by HIAL), for the lifetime of the system. HIAL reserves the right to include in the contract options to acquire future upgrades to the equipment supplied to reflect technological and regulatory change and emerging best practice over the lifetime of the system.

II.1.5) Estimated total value

Value excluding VAT: 8 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

34960000

34962000

34962210

34962220

34962230

34962200

48121000

72212121

34962100

45213332

71311240

34997000

II.2.3) Place of performance

NUTS code:

UKM62

UKM61

UKM65

UKM64

UKM66

UKM71


Main site or place of performance:

Inverness.

II.2.4) Description of the procurement

Highlands and Islands Airports Ltd will establish a remote tower air traffic control solution at a Combined Surveillance Centre in Inverness, serving air traffic control airports within the HIAL estate. A contingency and training centre will also be established.

HIAL seeks tenders from suppliers who can deliver, whether or not as part of a consortium:

— the remote tower solution detailed in the tender pack,

— spare parts and consumables for the remote tower solution,

— training as detailed in the tender pack.

The remote tower solution shall be provided on a turnkey basis.

HIAL expects the exact scope of the supplies, services and works to be procured will be determined as part of negotiations, but HIAL currently anticipates that:

— the remote tower solution will include the supply, installation and fit out of remote tower modules within the Combined Surveillance Centre and the Contingency and Training Centre. This will include sensors, displays, communications and processing for aerodrome control, operational support, supervisory and engineering working positions as detailed in the tender pack;

— the remote tower solution will involve the installation of optical sensors on the relevant aerodromes;

— associated support and maintenance services, including training will also be required;

— the solution provider will be required to collaborate with design and construction professionals appointed by HIAL;

— there will be a requirement for technical support and maintenance for the remote tower solution for the life of the system;

— the contract will include requirements related to the need to equip a contingency facility with contingency and simulator positions; options for the supply and fit-out of additional controller positions at the Combined Surveillance Centre and options for the installation of equipment at additional airports (whether or not owned and/or operated by HIAL).

The solution provider will be required to support HIAL's transition from the current operation to the Combined Surveillance Centre.

Every system and piece of equipment provided must be able to meet current and reasonably foreseeable UK and international regulatory requirements.

Subcontracting opportunities must be published on www.publiccontractsscotland.gov.uk

II.2.5) Award criteria

Criteria below:

Quality criterion: Supplier solution (Technical Description) / Weighting: 24 %

Quality criterion: Completed remote tower CWP user requirement compliance matrix and supporting evidence / Weighting: 16 %

Quality criterion: Completed statement of work compliance matrix and supporting evidence / Weighting: 8 %

Quality criterion: Implementation plan (Outline and Detailed) including schedule / Weighting: 3 %

Quality criterion: Draft project management plan / Weighting: 3 %

Quality criterion: Technology refresh strategy / Weighting: 6.5 %

Quality criterion: Test strategy / Weighting: 10 %

Quality criterion: Health and safety / Weighting: 4.5 %

Quality criterion: Systems engineering management plan / Weighting: 3 %

Quality criterion: Supplier security strategy / Weighting: 3 %

Quality criterion: Exit plan / Weighting: 1 %

Quality criterion: Support and maintenance plan / Weighting: 6 %

Quality criterion: Training plan / Weighting: 3 %

Quality criterion: Environment / Weighting: 1.5 %

Quality criterion: Social and economic impact / Weighting: 1 %

Quality criterion: Contract / Weighting: 6.5 %

Price / Weighting:  20 %

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

Start: 01/12/2020

End: 30/11/2045

This contract is subject to renewal: Yes

Description of renewals:

The contract will have an initial period of 10 years, with optional annual renewals thereafter up to a maximum of 25 years (i.e. the assumed maximum life of the system).

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

— spare parts,

— system consumables,

— user training,

— engineer training,

— train the trainer training,

— additional or replacement working positions for controllers, operational support and supervisors,

— additional or replacement masts, cameras and image processing capability,

— equipment refresh and upgrades,

— project management of changes to the system,

— software development,

— extended warranties.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

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

List and brief description of conditions:

The relevant selection criteria are included in the ESPD Scotland module on Public Contracts Scotland.

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

Rules and criteria as stated in the tender pack.

Please note there are contractual requirements concerning Cyber Security for this contract. Tenderers will be required to complete an online supplier assurance questionnaire using the Scottish Cyber Assessment Service. A link to SCAS can be found here: https://cyberassessment.gov.scot/

The questionnaire will be aligned to a Cyber Risk Profile that has been established for the contract, based on the contracting authority’s assessment of cyber risk.

Further details will be set out in the procurement documents. A contract condition for this procurement requires the tenderer to comply with security requirements.

III.1.6) Deposits and guarantees required:

The supplier may be required to obtain a payment and/or performance guarantee.

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

Payment on the achievement of contract milestones as set out in the draft contract.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

Groups of economic operations must accept joint and several liability for performance of the contract.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Subcontracting opportunities must be advertised on www.publiccontractsscotland.gov.uk

The supplier will be required to provide community benefits.

The Supplier will be required to measure the carbon footprint of the system and work with HIAL towards minimising carbon emissions for the purpose of helping HIAL to establish the Highlands and Islands as a net zero aviation region by 2030.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

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.1.8) Information about 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

Notice number in the OJ S:

2019/S 091-220619

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 04/06/2020

Local time: 16:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 25/06/2020

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

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

COVID-19 — HIAL wishes to progress this procurement as quickly as possible, but appreciates that potential tenderers may be affected by the COVID-19 situation. HIAL encourages tenderers to note interest in this notice and to request extension of any deadlines (which HIAL will consider carefully, but to which HIAL will not be obliged to agree). The tender process may be subject to a pause until such time as necessary steps, such as tender evaluations or site visits can take place safely.

Supplier briefing — HIAL intends to carry out a supplier briefing using video conference (Skype for Business). All parties who register interest in this notice will be invited to take part in the briefing which is currently scheduled for 7 May 2020.

Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=582465

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.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Tenderers are required to propose community benefits for inclusion in the contracts, which may include:

— apprenticeships,

— training and education events,

— local supply chain initiatives.

(SC Ref:582465)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=582465

VI.4) Procedures for review

VI.4.1) Review body

The Court of Session

Edinburgh

EH1 1RQ

UK

VI.5) Date of dispatch of this notice

29/04/2020

Coding

Commodity categories

ID Title Parent category
72212121 Air traffic control software development services Programming services of application software
48121000 Air traffic control software package Flight control software package
45213332 Airport control tower construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
71311240 Airport engineering services Civil engineering consultancy services
34960000 Airport equipment Miscellaneous transport equipment and spare parts
34962200 Air-traffic control Air-traffic control equipment
34962000 Air-traffic control equipment Airport equipment
34962210 Air-traffic control simulation Air-traffic control equipment
34962220 Air-traffic control systems Air-traffic control equipment
34962230 Air-traffic control training Air-traffic control equipment
34962100 Control tower equipment Air-traffic control equipment
34997000 Control, safety or signalling equipment for airports Control, safety, signalling and light equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
atms@hial.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.