Notice Information
Notice Title
Consultancy for ATM, ATE and Airport Operations
Notice Description
Appointment of a panel of Suppliers for the provision of technical and business support to Highland and Islands Airports Limited Air Traffic Management, Air Traffic Engineering and Airport operations and to projects and programmes such as the Air Traffic Management Strategy Programme.
Lot Information
Technical and Business Support for Air Traffic Management and Airport Operations (Minor Requirements)
This Lot incorporates all of the services described above in Lots 1 - 8. The maximum value of Call-Off Contracts under this Lot shall be 20,000 GBP. Examples of the types of requirements that may be called off under this lot include: - Responses to CAA and Department for Transport Public Consultations; - Preparation of responses to Calls for Evidence from CAA, Department for Transport and regulatory bodies; - Discrete benchmarking and audit exercises; - Research and development projects which have a defined, limited scope; - Safety Surveys in response to identified trends; - Feasibility studies; - Drafting business cases and project briefs; - Support for smaller procurement procedures; - Project Management for Smaller Projects; - Providing additional technical resources in periods of peak demand. Suppliers must provide and keep updated a list Supplier Staff proposed for this Lot, the Service description under which that each member of Supplier Staff can provide Services, and the specialisms of each member of Supplier Staff.. This framework may be used in connection with future projects which may be financed by European or UK research Funds.
Renewal: The framework initial period is 4 years. The framework may be extended by two periods of two years (Maximum duration 8 years).
Secondment(s) to ATMS ProgrammeProvision of secondee(s) to the ATMS programme to assist the ATC Project Manager in delivery of the ATMS programme;
Renewal: The framework initial period is 4 years. The framework may be extended by two periods of two years (Maximum duration 8 years).
Regulatory, Policy, Planning and Strategy SupportThis Lot incorporates support for Regulatory, Policy and Planning activities, including but not limited to the following types of Services and/or Deliverables: - Support for the introduction of controlled airspace under CAP1616 (other than airspace change proposals connected to instrument flight procedures which are included in Lot 8 below); - Airspace design; - Strategy and policy advice and support in connection with regulatory requirements (e.g. UK CAA, EASA) and standards (e.g. EUROCAE); - Consideration and advice on implementation of strategies emanating from SESAR, CANSO and ICAO on all aspects of air traffic management; - Feasibility studies and recommendations for internal re-structuring and improvement; - Advice on data and digitisation; - Support to identify and develop innovative technical solutions to optimise a more flexible and improved ATM/CNS architecture; - Independent audits or surveys to confirm compliance with regulatory requirements, company policy and/or industry best practice; - Advice on security of aerodromes, towers, and remote air traffic management centre.. This framework may be used in connection with future projects which may be financed by European or UK research Funds.
Renewal: The framework initial period is 4 years. The framework may be extended by two periods of two years (Maximum duration 8 years).
Procurement Support for Air Traffic Engineering (ATE), Air Traffic Services (ATS) and Airport OperationsThis Lot incorporates the following services: - Determine end-user and system requirements: - Develop contract specifications; - Support and preparation of procurement documents; - Support for evaluation of tenders; - Project management for procurement projects.. This framework may be used in connection with future projects which may be financed by European or UK research Funds.
Renewal: The framework initial period is 4 years. The framework may be extended by two periods of two years (Maximum duration 8 years).
Safety Systems, Culture and PerformanceThis Lot incorporates the following services: - Conduct measurements of Safety Culture and make recommendations to improve safety systems and safety performance; - Recommend improvements to business performance and operational capability; - Advise on the implementation of safety systems to enhance HIAL's performance. - Benchmarking of Safety Management Systems. This framework may be used in connection with future projects which may be financed by European or UK research Funds.
Renewal: The framework initial period is 4 years. The framework may be extended by two periods of two years (Maximum duration 8 years).
Human Factors AssessmentsThis Lot incorporates the following services: - Provide support in the assessment of human factors impact on HIAL's operations; - Carry out human factors assessments in support of the delivery of HIAL's ATMS programme, which involves significant innovation and solutions which may be new to the UK regulatory environment.. This framework may be used in connection with future projects which may be financed by European or UK research Funds.
Renewal: The framework initial period is 4 years. The framework may be extended by two periods of two years (Maximum duration 8 years).
Data and Networking Consultancy for ATM, ATE and Airport OperationsData and Networking consultancy for Feasibility work and design of network topology for CNS.. This framework may be used in connection with future projects which may be financed by European or UK research Funds.
Renewal: The framework initial period is 4 years. The framework may be extended by two periods of two years (Maximum duration 8 years).
Cybersecurity Consultancy for ATM, ATE and Airport OperationsThis Lot incorporates the following services: - Recommendations and proposals in connection with Cybersecurity controls under CAP1574; - Cybersecurity audit and assurance for ATM;. This framework may be used in connection with future projects which may be financed by European or UK research Funds.
Renewal: The framework initial period is 4 years. The framework may be extended by two periods of two years (Maximum duration 8 years).
Air Traffic Engineering Consultancy13.1. HIAL's principal requirements for ATE Services are satisfied under a term contract for engineering and maintenance services. This Lot includes additional services for ATE consultancy and project services which are outwith the scope of, or cannot be provided under the term engineering contract. This Lot incorporates the following services: - Independent consultant support on air traffic engineering related equipment and systems procurements; - Development of conformity and interoperability assessment processes to demonstrate compliance with applicable regulations for a wide range of ATM/CNS systems; - Fixed term management support services for ATE/CNS related systems and service provision; - Advice on the delivery and procurement of ATE/CNS engineering support services.. This framework may be used in connection with future projects which may be financed by European or UK research Funds.
Renewal: The framework initial period is 4 years. The framework may be extended by two periods of two years (Maximum duration 8 years).
Instrument Flight Procedures (including associated airspace change proposals)14.1. This Lot incorporates the following services: - 5 Yearly Instrument Flight Procedure Reviews; - Migration of RNAV MAP holds to full RNAV; - Consultant support for conventional and RNAV procedures; - Additional Instrument Flight Procedure for new navigation aids; - Re-design of existing IFP using alternative or relocated navigation aids; - Design of BaroVNAV procedures; - Discrete procedures for FISO units;. - Co-ordination of Formal Agreements as part of ADQ IR73/2010; - Airspace change connected to IFP changes; - Safeguarding (Carrying out and reviewing flight procedure impact assessments).
Renewal: The framework initial period is 4 years. The framework may be extended by two periods of two years (Maximum duration 8 years).
Safety Cases and AssessmentsThis Lot incorporates the following services: - Development of and/or support to safety assessments and safety cases; - Review and assurance of safety case materials supplied by third parties; - Strategic advice and innovation in the delivery of safety evidence and associated arguments.. This framework may be used in connection with future projects which may be financed by European or UK research Funds.
Renewal: The framework initial period is 4 years. The framework may be extended by two periods of two years (Maximum duration 8 years).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000596947
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT367955
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F14 - Corrigendum
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
22 - Printed matter and related products
34 - Transport equipment and auxiliary products to transportation
60 - Transport services (excl. Waste transport)
63 - Supporting and auxiliary transport services; travel agencies services
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
73 - Research and development services and related consultancy services
79 - Business services: law, marketing, consulting, recruitment, printing and security
80 - Education and training services
-
- CPV Codes
22473000 - Technical manuals
34962200 - Air-traffic control
34962230 - Air-traffic control training
60400000 - Air transport services
63730000 - Support services for air transport
63731000 - Airport operation services
63732000 - Air-traffic control services
71241000 - Feasibility study, advisory service, analysis
71242000 - Project and design preparation, estimation of costs
71243000 - Draft plans (systems and integration)
71244000 - Calculation of costs, monitoring of costs
71248000 - Supervision of project and documentation
71300000 - Engineering services
71311200 - Transport systems consultancy services
71311240 - Airport engineering services
71311300 - Infrastructure works consultancy services
71316000 - Telecommunication consultancy services
71330000 - Miscellaneous engineering services
71350000 - Engineering-related scientific and technical services
71356000 - Technical services
71356200 - Technical assistance services
71356300 - Technical support services
71356400 - Technical planning services
71600000 - Technical testing, analysis and consultancy services
71621000 - Technical analysis or consultancy services
71632000 - Technical testing services
72100000 - Hardware consultancy services
72110000 - Hardware selection consultancy services
72130000 - Computer-site planning consultancy services
72150000 - Computer audit consultancy and hardware consultancy services
72220000 - Systems and technical consultancy services
72221000 - Business analysis consultancy services
72224000 - Project management consultancy services
72240000 - Systems analysis and programming services
72246000 - Systems consultancy services
72315000 - Data network management and support services
72322000 - Data management services
72600000 - Computer support and consultancy services
73210000 - Research consultancy services
73220000 - Development consultancy services
73420000 - Pre-feasibility study and technological demonstration
73430000 - Test and evaluation
79000000 - Business services: law, marketing, consulting, recruitment, printing and security
79140000 - Legal advisory and information services
79311000 - Survey services
79313000 - Performance review services
79314000 - Feasibility study
79400000 - Business and management consultancy and related services
79410000 - Business and management consultancy services
79411000 - General management consultancy services
79412000 - Financial management consultancy services
79417000 - Safety consultancy services
79418000 - Procurement consultancy services
79419000 - Evaluation consultancy services
79421000 - Project-management services other than for construction work
79421100 - Project-supervision services other than for construction work
79421200 - Project-design services other than for construction work
79710000 - Security services
80330000 - Safety education services
80532000 - Management training services
80550000 - Safety training services
Notice Value(s)
- Tender Value
- £5,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Oct 20196 years ago
- Submission Deadline
- 15 Oct 2019Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HIGHLANDS AND ISLANDS AIRPORTS LIMITED
- Contact Name
- Jennifer Marshall
- Contact Email
- atms@hial.co.uk
- Contact Phone
- +44 1463701680
Buyer Location
- Locality
- INVERNESS
- Postcode
- IV2 7JB
- Post Town
- Inverness
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM2 Highlands and Islands
- Small Region (ITL 3)
- TLM20 Highlands and Islands
- Delivery Location
- TLM6 Highlands and Islands, TLM71 Angus and Dundee City
-
- Local Authority
- Highland
- Electoral Ward
- Culloden and Ardersier
- Westminster Constituency
- Moray West, Nairn and Strathspey
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=12
9th October 2019 - Supplier Service Matrix Template - Lot 11 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=15
9th October 2019 - Supplier Service Matrix Template - Lot 11 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=14
9th October 2019 - HIAL Group Safety Management System - Guidance -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=13
9th October 2019 - HIAL Group Safety Management System -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=6
9th October 2019 - Tender Response Template A (Lots 1 to 10) -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=11
9th October 2019 - Tender Response Template A (Lots 1 to 10) -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=1
13th September 2019 - Tender Document -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=2
13th September 2019 - Framework Award Form -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=3
13th September 2019 - Framework Terms -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=4
13th September 2019 - Framework Schedule -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=5
13th September 2019 - Price Schedule -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=7
13th September 2019 - Tender Response Template B Lot 11 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=8
13th September 2019 - Draft Order - Facility Management System (Lot 5) -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=9
13th September 2019 - Evaluation Matrix (Lots 1 to 10) -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=10
13th September 2019 - Evaluation Matrix Lot 11 -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP366050
Consultancy for ATM, ATE and Airport Operations - Appointment of a panel of Suppliers for the provision of technical and business support to Highland and Islands Airports Limited Air Traffic Management, Air Traffic Engineering and Airport operations and to projects and programmes such as the Air Traffic Management Strategy Programme.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000596947-2019-10-02T00:00:00Z",
"date": "2019-10-02T00:00:00Z",
"ocid": "ocds-r6ebe6-0000596947",
"initiationType": "tender",
"parties": [
{
"id": "org-1",
"name": "Highlands and Islands Airports Limited",
"identifier": {
"legalName": "Highlands and Islands Airports Limited"
},
"address": {
"streetAddress": "Head Office, Inverness Airport",
"locality": "Inverness",
"region": "UKM6",
"postalCode": "IV2 7JB"
},
"contactPoint": {
"name": "Jennifer Marshall",
"email": "atms@hial.co.uk",
"telephone": "+44 1463701680",
"faxNumber": "+44 1667464300",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Airport-related activities",
"scheme": "TED_CE_ACTIVITY"
}
],
"url": "http://www.hial.co.uk"
}
},
{
"id": "org-217",
"name": "Highlands and Islands Airports Limited",
"identifier": {
"legalName": "Highlands and Islands Airports Limited"
},
"address": {
"streetAddress": "Head Office, Inverness Airport",
"locality": "Inverness",
"region": "UKM6",
"postalCode": "IV2 7JB"
},
"contactPoint": {
"name": "Jennifer Marshall",
"email": "atms@hial.co.uk",
"telephone": "+44 1463701680",
"faxNumber": "+44 1667464300",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.hial.co.uk"
}
}
],
"buyer": {
"name": "Highlands and Islands Airports Limited",
"id": "org-217"
},
"tender": {
"id": "HIA-F01195",
"title": "Consultancy for ATM, ATE and Airport Operations",
"description": "Appointment of a panel of Suppliers for the provision of technical and business support to Highland and Islands Airports Limited Air Traffic Management, Air Traffic Engineering and Airport operations and to projects and programmes such as the Air Traffic Management Strategy Programme.",
"status": "active",
"items": [
{
"id": "11",
"additionalClassifications": [
{
"id": "71311200",
"scheme": "CPV"
},
{
"id": "71311300",
"scheme": "CPV"
},
{
"id": "71316000",
"scheme": "CPV"
},
{
"id": "71600000",
"scheme": "CPV"
},
{
"id": "71621000",
"scheme": "CPV"
},
{
"id": "72100000",
"scheme": "CPV"
},
{
"id": "72221000",
"scheme": "CPV"
},
{
"id": "72224000",
"scheme": "CPV"
},
{
"id": "73210000",
"scheme": "CPV"
},
{
"id": "73220000",
"scheme": "CPV"
},
{
"id": "72246000",
"scheme": "CPV"
},
{
"id": "72600000",
"scheme": "CPV"
},
{
"id": "79400000",
"scheme": "CPV"
},
{
"id": "79417000",
"scheme": "CPV"
},
{
"id": "79418000",
"scheme": "CPV"
},
{
"id": "79419000",
"scheme": "CPV"
},
{
"id": "34962230",
"scheme": "CPV"
},
{
"id": "63732000",
"scheme": "CPV"
},
{
"id": "63731000",
"scheme": "CPV"
},
{
"id": "71311240",
"scheme": "CPV"
},
{
"id": "79421000",
"scheme": "CPV"
},
{
"id": "79421100",
"scheme": "CPV"
},
{
"id": "71242000",
"scheme": "CPV"
},
{
"id": "79421200",
"scheme": "CPV"
},
{
"id": "71241000",
"scheme": "CPV"
},
{
"id": "73420000",
"scheme": "CPV"
},
{
"id": "79314000",
"scheme": "CPV"
},
{
"id": "79710000",
"scheme": "CPV"
},
{
"id": "79140000",
"scheme": "CPV"
},
{
"id": "79410000",
"scheme": "CPV"
},
{
"id": "79411000",
"scheme": "CPV"
},
{
"id": "79000000",
"scheme": "CPV"
},
{
"id": "79311000",
"scheme": "CPV"
},
{
"id": "72150000",
"scheme": "CPV"
},
{
"id": "72322000",
"scheme": "CPV"
},
{
"id": "72240000",
"scheme": "CPV"
},
{
"id": "71356300",
"scheme": "CPV"
},
{
"id": "73430000",
"scheme": "CPV"
},
{
"id": "71248000",
"scheme": "CPV"
},
{
"id": "71243000",
"scheme": "CPV"
},
{
"id": "71244000",
"scheme": "CPV"
},
{
"id": "71356400",
"scheme": "CPV"
},
{
"id": "71356000",
"scheme": "CPV"
},
{
"id": "22473000",
"scheme": "CPV"
},
{
"id": "71350000",
"scheme": "CPV"
},
{
"id": "71356200",
"scheme": "CPV"
},
{
"id": "71632000",
"scheme": "CPV"
},
{
"id": "80550000",
"scheme": "CPV"
},
{
"id": "63730000",
"scheme": "CPV"
},
{
"id": "80532000",
"scheme": "CPV"
},
{
"id": "79313000",
"scheme": "CPV"
},
{
"id": "72110000",
"scheme": "CPV"
},
{
"id": "72220000",
"scheme": "CPV"
},
{
"id": "72315000",
"scheme": "CPV"
},
{
"id": "71330000",
"scheme": "CPV"
},
{
"id": "71300000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Inverness"
},
"deliveryAddresses": [
{
"region": "UKM6"
},
{
"region": "UKM71"
}
],
"relatedLot": "11"
},
{
"id": "10",
"additionalClassifications": [
{
"id": "63732000",
"scheme": "CPV"
},
{
"id": "34962200",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Inverness"
},
"deliveryAddresses": [
{
"region": "UKM6"
},
{
"region": "UKM71"
}
],
"relatedLot": "10"
},
{
"id": "1",
"additionalClassifications": [
{
"id": "71311200",
"scheme": "CPV"
},
{
"id": "79410000",
"scheme": "CPV"
},
{
"id": "79411000",
"scheme": "CPV"
},
{
"id": "79412000",
"scheme": "CPV"
},
{
"id": "79000000",
"scheme": "CPV"
},
{
"id": "79710000",
"scheme": "CPV"
},
{
"id": "71241000",
"scheme": "CPV"
},
{
"id": "73420000",
"scheme": "CPV"
},
{
"id": "79314000",
"scheme": "CPV"
},
{
"id": "79140000",
"scheme": "CPV"
},
{
"id": "79311000",
"scheme": "CPV"
},
{
"id": "72150000",
"scheme": "CPV"
},
{
"id": "72322000",
"scheme": "CPV"
},
{
"id": "71600000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Inverness"
},
"deliveryAddresses": [
{
"region": "UKM6"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "79418000",
"scheme": "CPV"
},
{
"id": "72224000",
"scheme": "CPV"
},
{
"id": "71356300",
"scheme": "CPV"
},
{
"id": "73430000",
"scheme": "CPV"
},
{
"id": "79419000",
"scheme": "CPV"
},
{
"id": "71242000",
"scheme": "CPV"
},
{
"id": "71248000",
"scheme": "CPV"
},
{
"id": "79421000",
"scheme": "CPV"
},
{
"id": "79421200",
"scheme": "CPV"
},
{
"id": "71356400",
"scheme": "CPV"
},
{
"id": "71243000",
"scheme": "CPV"
},
{
"id": "71244000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Inverness"
},
"deliveryAddresses": [
{
"region": "UKM6"
},
{
"region": "UKM71"
}
],
"relatedLot": "2"
},
{
"id": "4",
"additionalClassifications": [
{
"id": "79417000",
"scheme": "CPV"
},
{
"id": "80330000",
"scheme": "CPV"
},
{
"id": "80550000",
"scheme": "CPV"
},
{
"id": "63731000",
"scheme": "CPV"
},
{
"id": "79400000",
"scheme": "CPV"
},
{
"id": "80532000",
"scheme": "CPV"
},
{
"id": "34962230",
"scheme": "CPV"
},
{
"id": "79313000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Inverness"
},
"deliveryAddresses": [
{
"region": "UKM6"
},
{
"region": "UKM71"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"id": "71621000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Inverness"
},
"deliveryAddresses": [
{
"region": "UKM6"
},
{
"region": "UKM71"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"id": "71311200",
"scheme": "CPV"
},
{
"id": "71316000",
"scheme": "CPV"
},
{
"id": "72100000",
"scheme": "CPV"
},
{
"id": "71600000",
"scheme": "CPV"
},
{
"id": "72110000",
"scheme": "CPV"
},
{
"id": "72221000",
"scheme": "CPV"
},
{
"id": "72150000",
"scheme": "CPV"
},
{
"id": "72130000",
"scheme": "CPV"
},
{
"id": "72246000",
"scheme": "CPV"
},
{
"id": "72315000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Inverness"
},
"deliveryAddresses": [
{
"region": "UKM6"
},
{
"region": "UKM71"
}
],
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"id": "72315000",
"scheme": "CPV"
},
{
"id": "72600000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Inverness"
},
"deliveryAddresses": [
{
"region": "UKM6"
},
{
"region": "UKM71"
}
],
"relatedLot": "7"
},
{
"id": "8",
"additionalClassifications": [
{
"id": "71311240",
"scheme": "CPV"
},
{
"id": "71330000",
"scheme": "CPV"
},
{
"id": "71350000",
"scheme": "CPV"
},
{
"id": "71300000",
"scheme": "CPV"
},
{
"id": "79421000",
"scheme": "CPV"
},
{
"id": "79421100",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Inverness"
},
"deliveryAddresses": [
{
"region": "UKM6"
},
{
"region": "UKM71"
}
],
"relatedLot": "8"
},
{
"id": "9",
"additionalClassifications": [
{
"id": "63731000",
"scheme": "CPV"
},
{
"id": "60400000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Inverness"
},
"deliveryAddresses": [
{
"region": "UKM6"
},
{
"region": "UKM71"
}
],
"relatedLot": "9"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "79417000",
"scheme": "CPV"
},
{
"id": "22473000",
"scheme": "CPV"
},
{
"id": "71350000",
"scheme": "CPV"
},
{
"id": "71356000",
"scheme": "CPV"
},
{
"id": "71600000",
"scheme": "CPV"
},
{
"id": "71356200",
"scheme": "CPV"
},
{
"id": "71356300",
"scheme": "CPV"
},
{
"id": "71621000",
"scheme": "CPV"
},
{
"id": "71632000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Inverness"
},
"deliveryAddresses": [
{
"region": "UKM6"
},
{
"region": "UKM71"
}
],
"relatedLot": "3"
}
],
"value": {
"amount": 5000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-10-15T12:00:00Z"
},
"awardPeriod": {
"startDate": "2019-10-15T12:00:00Z"
},
"documents": [
{
"id": "SEP366050",
"documentType": "contractNotice",
"title": "Consultancy for ATM, ATE and Airport Operations",
"description": "Appointment of a panel of Suppliers for the provision of technical and business support to Highland and Islands Airports Limited Air Traffic Management, Air Traffic Engineering and Airport operations and to projects and programmes such as the Air Traffic Management Strategy Programme.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP366050",
"format": "text/html"
},
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
},
{
"id": "SEP366050-1",
"title": "Tender Document",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=1",
"datePublished": "2019-09-13T11:10:07Z",
"dateModified": "2019-09-13T11:10:07Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "SEP366050-2",
"title": "Framework Award Form",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=2",
"datePublished": "2019-09-13T11:10:07Z",
"dateModified": "2019-09-13T11:10:07Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "SEP366050-3",
"title": "Framework Terms",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=3",
"datePublished": "2019-09-13T11:10:07Z",
"dateModified": "2019-09-13T11:10:07Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "SEP366050-4",
"title": "Framework Schedule",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=4",
"datePublished": "2019-09-13T11:10:07Z",
"dateModified": "2019-09-13T11:10:07Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "SEP366050-5",
"title": "Price Schedule",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=5",
"datePublished": "2019-09-13T11:10:07Z",
"dateModified": "2019-09-13T11:10:07Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "SEP366050-6",
"title": "Tender Response Template A (Lots 1 to 10)",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=6",
"datePublished": "2019-09-13T11:10:07Z",
"dateModified": "2019-10-09T10:55:58Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "SEP366050-7",
"title": "Tender Response Template B Lot 11",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=7",
"datePublished": "2019-09-13T11:10:07Z",
"dateModified": "2019-09-13T11:10:07Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "SEP366050-8",
"title": "Draft Order - Facility Management System (Lot 5)",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=8",
"datePublished": "2019-09-13T11:10:07Z",
"dateModified": "2019-09-13T11:10:07Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "SEP366050-9",
"title": "Evaluation Matrix (Lots 1 to 10)",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=9",
"datePublished": "2019-09-13T11:10:07Z",
"dateModified": "2019-09-13T11:10:07Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "SEP366050-10",
"title": "Evaluation Matrix Lot 11",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=10",
"datePublished": "2019-09-13T11:10:07Z",
"dateModified": "2019-09-13T11:10:07Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "SEP366050-11",
"title": "Tender Response Template A (Lots 1 to 10)",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=11",
"datePublished": "2019-10-09T10:55:58Z",
"dateModified": "2019-10-09T10:55:58Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "SEP366050-12",
"title": "Supplier Service Matrix Template - Lot 11",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=12",
"datePublished": "2019-10-09T11:57:06Z",
"dateModified": "2019-10-09T12:10:28Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "SEP366050-13",
"title": "HIAL Group Safety Management System",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=13",
"datePublished": "2019-10-09T11:59:30Z",
"dateModified": "2019-10-09T11:59:30Z",
"format": "application/pdf"
},
{
"id": "SEP366050-14",
"title": "HIAL Group Safety Management System - Guidance",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=14",
"datePublished": "2019-10-09T12:00:41Z",
"dateModified": "2019-10-09T12:00:41Z",
"format": "application/pdf"
},
{
"id": "SEP366050-15",
"title": "Supplier Service Matrix Template - Lot 11",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP366050&idx=15",
"datePublished": "2019-10-09T12:10:28Z",
"dateModified": "2019-10-09T12:10:28Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
}
],
"lots": [
{
"id": "11",
"title": "Technical and Business Support for Air Traffic Management and Airport Operations (Minor Requirements)",
"description": "This Lot incorporates all of the services described above in Lots 1 - 8. The maximum value of Call-Off Contracts under this Lot shall be 20,000 GBP. Examples of the types of requirements that may be called off under this lot include: - Responses to CAA and Department for Transport Public Consultations; - Preparation of responses to Calls for Evidence from CAA, Department for Transport and regulatory bodies; - Discrete benchmarking and audit exercises; - Research and development projects which have a defined, limited scope; - Safety Surveys in response to identified trends; - Feasibility studies; - Drafting business cases and project briefs; - Support for smaller procurement procedures; - Project Management for Smaller Projects; - Providing additional technical resources in periods of peak demand. Suppliers must provide and keep updated a list Supplier Staff proposed for this Lot, the Service description under which that each member of Supplier Staff can provide Services, and the specialisms of each member of Supplier Staff.. This framework may be used in connection with future projects which may be financed by European or UK research Funds.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "The framework initial period is 4 years. The framework may be extended by two periods of two years (Maximum duration 8 years)."
}
},
{
"id": "10",
"title": "Secondment(s) to ATMS Programme",
"description": "Provision of secondee(s) to the ATMS programme to assist the ATC Project Manager in delivery of the ATMS programme;",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "The framework initial period is 4 years. The framework may be extended by two periods of two years (Maximum duration 8 years)."
}
},
{
"id": "1",
"title": "Regulatory, Policy, Planning and Strategy Support",
"description": "This Lot incorporates support for Regulatory, Policy and Planning activities, including but not limited to the following types of Services and/or Deliverables: - Support for the introduction of controlled airspace under CAP1616 (other than airspace change proposals connected to instrument flight procedures which are included in Lot 8 below); - Airspace design; - Strategy and policy advice and support in connection with regulatory requirements (e.g. UK CAA, EASA) and standards (e.g. EUROCAE); - Consideration and advice on implementation of strategies emanating from SESAR, CANSO and ICAO on all aspects of air traffic management; - Feasibility studies and recommendations for internal re-structuring and improvement; - Advice on data and digitisation; - Support to identify and develop innovative technical solutions to optimise a more flexible and improved ATM/CNS architecture; - Independent audits or surveys to confirm compliance with regulatory requirements, company policy and/or industry best practice; - Advice on security of aerodromes, towers, and remote air traffic management centre.. This framework may be used in connection with future projects which may be financed by European or UK research Funds.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "The framework initial period is 4 years. The framework may be extended by two periods of two years (Maximum duration 8 years)."
}
},
{
"id": "2",
"title": "Procurement Support for Air Traffic Engineering (ATE), Air Traffic Services (ATS) and Airport Operations",
"description": "This Lot incorporates the following services: - Determine end-user and system requirements: - Develop contract specifications; - Support and preparation of procurement documents; - Support for evaluation of tenders; - Project management for procurement projects.. This framework may be used in connection with future projects which may be financed by European or UK research Funds.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "The framework initial period is 4 years. The framework may be extended by two periods of two years (Maximum duration 8 years)."
}
},
{
"id": "4",
"title": "Safety Systems, Culture and Performance",
"description": "This Lot incorporates the following services: - Conduct measurements of Safety Culture and make recommendations to improve safety systems and safety performance; - Recommend improvements to business performance and operational capability; - Advise on the implementation of safety systems to enhance HIAL's performance. - Benchmarking of Safety Management Systems. This framework may be used in connection with future projects which may be financed by European or UK research Funds.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "The framework initial period is 4 years. The framework may be extended by two periods of two years (Maximum duration 8 years)."
}
},
{
"id": "5",
"title": "Human Factors Assessments",
"description": "This Lot incorporates the following services: - Provide support in the assessment of human factors impact on HIAL's operations; - Carry out human factors assessments in support of the delivery of HIAL's ATMS programme, which involves significant innovation and solutions which may be new to the UK regulatory environment.. This framework may be used in connection with future projects which may be financed by European or UK research Funds.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "The framework initial period is 4 years. The framework may be extended by two periods of two years (Maximum duration 8 years)."
}
},
{
"id": "6",
"title": "Data and Networking Consultancy for ATM, ATE and Airport Operations",
"description": "Data and Networking consultancy for Feasibility work and design of network topology for CNS.. This framework may be used in connection with future projects which may be financed by European or UK research Funds.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "The framework initial period is 4 years. The framework may be extended by two periods of two years (Maximum duration 8 years)."
}
},
{
"id": "7",
"title": "Cybersecurity Consultancy for ATM, ATE and Airport Operations",
"description": "This Lot incorporates the following services: - Recommendations and proposals in connection with Cybersecurity controls under CAP1574; - Cybersecurity audit and assurance for ATM;. This framework may be used in connection with future projects which may be financed by European or UK research Funds.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "The framework initial period is 4 years. The framework may be extended by two periods of two years (Maximum duration 8 years)."
}
},
{
"id": "8",
"title": "Air Traffic Engineering Consultancy",
"description": "13.1. HIAL's principal requirements for ATE Services are satisfied under a term contract for engineering and maintenance services. This Lot includes additional services for ATE consultancy and project services which are outwith the scope of, or cannot be provided under the term engineering contract. This Lot incorporates the following services: - Independent consultant support on air traffic engineering related equipment and systems procurements; - Development of conformity and interoperability assessment processes to demonstrate compliance with applicable regulations for a wide range of ATM/CNS systems; - Fixed term management support services for ATE/CNS related systems and service provision; - Advice on the delivery and procurement of ATE/CNS engineering support services.. This framework may be used in connection with future projects which may be financed by European or UK research Funds.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "The framework initial period is 4 years. The framework may be extended by two periods of two years (Maximum duration 8 years)."
}
},
{
"id": "9",
"title": "Instrument Flight Procedures (including associated airspace change proposals)",
"description": "14.1. This Lot incorporates the following services: - 5 Yearly Instrument Flight Procedure Reviews; - Migration of RNAV MAP holds to full RNAV; - Consultant support for conventional and RNAV procedures; - Additional Instrument Flight Procedure for new navigation aids; - Re-design of existing IFP using alternative or relocated navigation aids; - Design of BaroVNAV procedures; - Discrete procedures for FISO units;. - Co-ordination of Formal Agreements as part of ADQ IR73/2010; - Airspace change connected to IFP changes; - Safeguarding (Carrying out and reviewing flight procedure impact assessments).",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "The framework initial period is 4 years. The framework may be extended by two periods of two years (Maximum duration 8 years)."
}
},
{
"id": "3",
"title": "Safety Cases and Assessments",
"description": "This Lot incorporates the following services: - Development of and/or support to safety assessments and safety cases; - Review and assurance of safety case materials supplied by third parties; - Strategic advice and innovation in the delivery of safety evidence and associated arguments.. This framework may be used in connection with future projects which may be financed by European or UK research Funds.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "The framework initial period is 4 years. The framework may be extended by two periods of two years (Maximum duration 8 years)."
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 11,
"maximumLotsAwardedPerSupplier": 10,
"awardCriteriaDetails": "Any combination of Lots 1 to 9; Lot 10 may be combined with any of Lots 1 to 5. HIAL reserves the right not to award a Contract for Lot 10 to any Supplier who has not been awarded a Contract for one of Lots 1 to 5. Lot 11 may not be combined with any other Lot."
},
"bidOpening": {
"date": "2019-10-15T12:00:00Z",
"address": {
"streetAddress": "Inverness"
},
"description": "The electronic post-box will we opened by a member of HIAL staff after the closing date."
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "As set out in the procurement documents."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true,
"reductionCriteria": "As stated in the procurement documents."
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The relevant selection criteria will be included in the ESPD Scotland module."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2020-01-15T00:00:00Z"
},
"requiresGuarantees": true
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 30
}
},
"classification": {
"id": "71621000",
"scheme": "CPV"
},
"reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Utilities Contracts (Scotland) Regulations 2016 may bring proceedings in the Sheriff Court or the Court of Session.",
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-23",
"description": "Extension granted in response to requests.",
"unstructuredChanges": [
{
"oldValue": {
"date": "2019-10-15T12:00:00Z"
},
"newValue": {
"date": "2019-10-21T10:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2020-01-15T00:00:00Z"
},
"newValue": {
"date": "2020-01-20T00:00:00Z"
},
"where": {
"section": "IV.2.6",
"label": "Minimum time frame during which the tenderer must maintain the tender"
}
},
{
"oldValue": {
"date": "2019-10-15T12:00:00Z"
},
"newValue": {
"date": "2019-10-21T10:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
]
}
]
},
"language": "EN",
"description": "NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=596947. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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: Suppliers for Lots 1 to 10 must submit a Framework Management Plan which should describe how any community benefit measures proposed will enhance local communities and support the national economy in the provision of tangible community benefits. Additional community benefit requirements may be included in Call-Off contracts. (SC Ref:596947) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=596947",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000596947"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000596947"
}
],
"noticetype": "OJEU - F14 - Corrigendum"
}