Provision of a Replacement Radar Processing and Display System
Leeds Bradford International Airport (LBIA) is looking for a suitable supplier to provide a replacement Radar Processing and Display System that forms a part of their existing Surveillance Systems comprising of a Watchman Primary Surveillance Radar and externally provided Mode S Secondary Surveillance Radar Data.
United Kingdom-Leeds: Air-traffic control systems
2014/S 098-171990
Contract notice – utilities
Supplies
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Leeds Bradford International Airport Limited
Whitehouse Lane, Yeadon
Contact point(s): Senior Air Traffic Engineer
For the attention of: Mr Ian Alty
LS19 7TU Leeds
UNITED KINGDOM
Telephone: +44 8444143343
E-mail: ian.alty@lbia.co.uk
Internet address(es):
General address of the contracting entity: http://www.leedsbradfordairport.co.uk
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
I.3)Contract award on behalf of other contracting entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting entity:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
Main site or location of works, place of delivery or of performance: Leeds.
NUTS code UKE42
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s):
To include:
— The design, manufacture/supply, installation, testing and commissioning of a replacement Air Traffic Control Surveillance Radar Processing and Display System including an Electronic Information Display System for presentation of static data such as charts and alphanumeric data pages.
— Associated electrical/electronic System interfaces and power supplies work;
— Data Communication and power supply cabling; and
— Any associated civil works involved with the installation of the replacement Radar Processing and Display System.
The supplier(s) of the Surveillance Radar Processing and Display System must be able to integrate with the existing Watchman Primary Surveillance Radar and Secondary Surveillance Data from an external provider as Onward Routed Radar Data.
It should be noted that certain ancillary aspect(s) of the procurement may be let as separate contracts or retained and completed by LBIA, such as cable and civil works etc.
In addition the procurement may also include one or more of the following optional elements:
— Control Tower Building Radar Approach Room refurbishment including the design, manufacture/supply and installation of furniture to house the replacement Surveillance Radar Processing and Display System and existing Air Traffic Control Navigational Aids and communications panels/equipment;
— Clearance to Land Indicator System;
— Any associated civil works involved with the refurbishment of the Radar Approach Room Services and facilities.
II.1.6)Common procurement vocabulary (CPV)
34962220, 34962000, 34962100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Information about lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
Description of these options: As part of the procurement LBIA is looking to refurbish the Radar Approach Control room environment and to replace the existing Clearance to Land Systems. These options may be included in the main bid for consideration by LBIA as part of the Tender process.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:
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
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information:
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: