re-qualification questionnair - durham tees valley web viewdtva conducts around 20,000 runway and...

27
Contents 1.1 Glossary............................................................4 1.2 Introduction........................................................5 1.3 Context.............................................................5 1.4 Description of the procurement......................................6 1.5 This questionnaire..................................................7 1.5.1 Purpose.............................................................7 1.5.2 Structure...........................................................7 1.5.3 Responses...........................................................8 1.6 No Claim for Expenses, Damages or Compensation......................8 1.7 Confidentiality.....................................................9 1.8 Selection process...................................................9 1.8.1 Contract award criteria.............................................9 1.8.2 Evaluation criteria................................................10 1.8.3 Qualification......................................................10 1.8.4 Procedures for appeals.............................................11 1.8.5 Schedule...........................................................12 2.1 Delivery Party.....................................................14 2.1.1 Applicant details..................................................14 2.1.2 Company information................................................14 2.2 Financial status & Insurance.......................................15 2.3 Professional standing..............................................17 2.3.1 Accreditation......................................................17 2.3.2 Health and safety..................................................17 2.3.3 Good standing......................................................18 2.4 Solution...........................................................19 2.4.1 Solution capability................................................19 2.4.2 Solution implementation and support................................20 2.4.3 Solution viability and delivery....................................21 2.5 References.........................................................21 2.5.1 Customer references................................................21 2.5.2 Implementation and Support experience..............................22 2.6 Expression of interest.............................................22 List of tables Table 1: Glossary of terms and abbreviations..............................4 Table 2: Windfarms in the vicinity of the Airport.........................6 Table 3: Evaluation scoring matrix.......................................10 Table 4: Envisaged schedule of procurement...............................12 Table 11: Form H. Expression of interest.................................22 PRE- QUALIFICATION QUESTIONNAIRE Durham Tees Valley Ltd Primary Surveillance Radar procurement 2017/S 111-223967 Expressions of interest in respect of this procurement to be returned by 16:00 BST on 12 July 2017 accompanied by completed PQQ forms

Upload: hadieu

Post on 04-Feb-2018

217 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: re-Qualification Questionnair - Durham Tees Valley Web viewDTVA conducts around 20,000 runway and 5,000 LARS movements per year, ... based upon solvency, financial ratio analysis,

Contents1.1 Glossary..................................................................................................................................... 41.2 Introduction................................................................................................................................ 51.3 Context....................................................................................................................................... 51.4 Description of the procurement..................................................................................................61.5 This questionnaire...................................................................................................................... 71.5.1 Purpose...................................................................................................................................... 71.5.2 Structure.................................................................................................................................... 71.5.3 Responses................................................................................................................................. 81.6 No Claim for Expenses, Damages or Compensation.................................................................81.7 Confidentiality............................................................................................................................ 91.8 Selection process....................................................................................................................... 91.8.1 Contract award criteria...............................................................................................................91.8.2 Evaluation criteria..................................................................................................................... 101.8.3 Qualification............................................................................................................................. 101.8.4 Procedures for appeals............................................................................................................111.8.5 Schedule.................................................................................................................................. 122.1 Delivery Party........................................................................................................................... 142.1.1 Applicant details....................................................................................................................... 142.1.2 Company information...............................................................................................................142.2 Financial status & Insurance....................................................................................................152.3 Professional standing...............................................................................................................172.3.1 Accreditation............................................................................................................................ 172.3.2 Health and safety..................................................................................................................... 172.3.3 Good standing.......................................................................................................................... 182.4 Solution.................................................................................................................................... 192.4.1 Solution capability.................................................................................................................... 192.4.2 Solution implementation and support.......................................................................................202.4.3 Solution viability and delivery...................................................................................................212.5 References............................................................................................................................... 212.5.1 Customer references................................................................................................................212.5.2 Implementation and Support experience..................................................................................222.6 Expression of interest...............................................................................................................22

List of tablesTable 1: Glossary of terms and abbreviations........................................................................................4Table 2: Windfarms in the vicinity of the Airport......................................................................................6Table 3: Evaluation scoring matrix........................................................................................................10Table 4: Envisaged schedule of procurement.......................................................................................12Table 11: Form H. Expression of interest.............................................................................................22

PRE-QUALIFICATION

QUESTIONNAIREDurham Tees Valley Ltd Primary Surveillance Radar

procurement

2017/S 111-223967 Expressions of interest in respect of this procurement to be returned by 16:00 BST on 12 July 2017 accompanied by completed PQQ forms

Page 2: re-Qualification Questionnair - Durham Tees Valley Web viewDTVA conducts around 20,000 runway and 5,000 LARS movements per year, ... based upon solvency, financial ratio analysis,

2017/S 111-223967 2

Section 1: Instructions

This section describes the purpose of the procurement, the context in which it is being made, and provides instructions for applying to tender for the resultant contract. Descriptions of the requirement, within this section, are for information only, and shall not be binding.

Page 3: re-Qualification Questionnair - Durham Tees Valley Web viewDTVA conducts around 20,000 runway and 5,000 LARS movements per year, ... based upon solvency, financial ratio analysis,

1.1 GlossaryAbbreviation/Term Definition

Aircraft In this context, a target whose detection is wanted

Airport Durham Tees Valley Airport Ltd.

AOI/VOI Area or Volume of interest, the volume within which the airport requires surveillance coverage

ApplicantSole Trader or Consortium bidding for the contract. Note: Throughout the PQQ documents, where the term “consortium” is used also read sole supplier if one company is providing the entire Solution

ARP Aerodrome Reference Point

ATC Air Traffic Control

ATCO Air Traffic Control Officer

ATE Air Traffic Engineering

ATS Air Traffic Services

CAA UK Civil Aviation Authority (the regulator)

Clutter Unwanted reports presented on the RDDS

Consortium Group of suppliers who have formed a single entity for the purpose of bidding for the contract

Coverage The volume within which the radar shall meet its performance requirements, i.e. limited by line of sight

DRS Data Recording System

False Plot A detection, output from the radar system, prior to the SDP, which does not relate to either, the true position of an aircraft, or an aircraft at all

Final Investment Decision

Final Investment Decision or Financial Close is the point at which funding of the projects is agreed and commitment is made to major construction and supply contracts

PdProbability of detection - the percentage of actual detections of an aircraftcompared to expected detections, defined for the intended application

PSR Primary Surveillance Radar

RDDS Radar Data Display System

SARG Safety and Airspace Regulation Group – part of CAA responsible for regulating Safety of Aerodromes, their operations and systems

SDP/RDP Surveillance Data Processor (or Radar Data Processor)

Solution The equipment to be supplied through the procurement contract

Third Party An economic entity other than the Airport, or Applicant

Windfarm A collection of adjacent wind turbines, defined by the operator (i.e. adjacent wind turbines may actually be from different windfarms)

Wind turbine An individual wind generator structure comprising mast, nacelle, blades and associated physical structure (e.g. foundation)

Table 1: Glossary of terms and abbreviations

2017/S 111-223967 3

Page 4: re-Qualification Questionnair - Durham Tees Valley Web viewDTVA conducts around 20,000 runway and 5,000 LARS movements per year, ... based upon solvency, financial ratio analysis,

1.2 IntroductionDurham Tees Valley Airport, hereafter referred to as the Airport, invites applicants to complete this Pre-Qualification Questionnaire (PQQ) for the supply of a Primary Surveillance Radar (PSR) in support of approach operations.

Further details on the scope of this procurement are provided below in the description of the procurement. This document is released in parallel with the Contract Notice 2017/S 111-223967.

1.3 ContextDurham Tees Valley Airport (DTVA) is owned by the Peel Group (89%) and six local authorities (11%). The Peel Group is also the majority shareholder of Liverpool John Lennon Airport , and wholly owns Doncaster Sheffield Airport.

All Air Traffic Services are located on site with ANSP oversight and additional support provided by Air Traffic Control Services Ltd, based at Liverpool John Lennon Airport.

DTVA conducts around 20,000 runway and 5,000 LARS movements per year, and operates in a complex airspace, with a very broad mix of traffic ranging from microlights and balloons, to military jets conducting high energy manoeuvres. Traffic does not follow a consistent pattern, and an airspace user may require a service from DTVA at any time from any point within DTVA’s area of responsibility.

The Airport operates three levels of service, basic, traffic, and deconfliction, which are all supported by the approach radar. The deconfliction service is provided with 3NM separation. There are three radar fed positions: two approach, and one tower. The primary radar surveillance data is supplemented by a secondary surveillance data feed provided by NATS, however it is estimated that around 10% of traffic is not transponder equipped, and therefore primary only detection is a requirement.

Within the service provision area, there are more than 100 operational wind turbines situated at over 30 windfarms, not all within line of sight of the approach radar. One windfarm has yet to be constructed but is expected to be operational by the time the Solution goes into service. The wind turbines are a variety of sizes, typically 70m to 125m to blade tip. The table below provides the basic details of the windfarms with the potential to be in line of sight of a new radar, sorted by development status and range.

2017/S 111-223967 4

Page 5: re-Qualification Questionnair - Durham Tees Valley Web viewDTVA conducts around 20,000 runway and 5,000 LARS movements per year, ... based upon solvency, financial ratio analysis,

Site NameInstalled Capacity (MWelec)

No. of Turbines Development Status Distance

(km)

Lambs Hill 8 4 Operational 8

Seamer 10 5 Operational 11

Acorn Dairy, Garthorne Farm 1 1 Operational 14

East Close Farm 1 1 Operational 15

Red Gap Moor 16 5 Operational 17

Butterwick Moor 21 10 Operational 17

Walkway 14 7 Operational 17

High Volts 6 3 Operational 22

Trimdon Grange 5 4 Operational 24

Teesside Offshore 62 27 Operational 26

Harehill 5 2 Operational 28

Haswell Moor 10 5 Operational 29

High Haswell 4 2 Operational 30

Moor House 12 6 Under Construction 8

Middlesbrough Football Club 2 1 Permission Granted 16

Bullamoor 8 4 Permission Granted 16

Table 2: Windfarms in the vicinity of the Airport

The Airport’s PSR is already experiencing clutter from several of the windfarms in its vicinity; the Airport is currently applying operational mitigations. It is a priority for the Airport that the Solution mitigates these issues and has capacity to deal with potential future wind farm developments.

1.4 Description of the procurementThis procurement is conducted in accordance with The Utilities Contracts Regulations 2016 (UK Statute), via the Official Journal of the European Union (OJEU). The procurement is following a restricted procedure. OJEU references are as follows:

OJEU PIN reference: 2016/S 158-286343

OJEU contract title: Primary Surveillance Radar

OJEU Contract Notice reference: 2017-185830

Detailed requirements will be provided within the future ITT documentation. The remainder of this sub-section provides indicative, high level, requirements for the purpose of informing Applicants as to the nature of the work.

The Airport seeks to procure a Surveillance Air Traffic Services (ATS) Primary Surveillance Radar (PSR) providing 360-degree coverage to 42.5NM of the ARP and FL200, and mitigating the effect of wind turbines within this operational area. The Solution will support approach and tower operations. The Solution will be required to meet all applicable UK and EU regulation.

The Solution is expected to integrate with a separately procured Surveillance Data Processor and a Data Recording System, and be sited within the Airport’s premises (power and communications links will be provided). For the purposes of understanding this

2017/S 111-223967 5

Page 6: re-Qualification Questionnair - Durham Tees Valley Web viewDTVA conducts around 20,000 runway and 5,000 LARS movements per year, ... based upon solvency, financial ratio analysis,

request, it can be assumed that the systems to which the Solution shall integrate, shall support ASTERIX. The provision of a Remote Control and Monitoring Station (RCMS) is essential, and provision of the radar tower is desirable. It is desirable that the Solution will complete transition into operational use in 2018.

Together with the Solution, the Airport is seeking support for maintenance of said Solution, which will be carried out on-site. Such support may include training, provision of spares, remote technical support, and on-site call out options.

The maximum CAPEX budget, as identified in the Contract Notice and PIN, is £2.5 million, which includes the installation and commission of the full Solution, including radar tower and options.

1.5 This questionnaire

1.5.1 Purpose

This PQQ will allow the Airport to identify a shortlist of suitably qualified and experienced applicants, in particular those who demonstrate capability to offer a proven solution.

Applicants who evidence their competence and capability to deliver:

proven approach PSR capable of mitigating the interference effects of windfarms, and associated equipment and services;

integration with associated systems (e.g. SDP, data recorder);

safe and high-quality project management and delivery;

support to safety case delivery in an EU regulatory environment;

training to enable use, support and maintenance of the equipment by the airport;

will be invited to tender for this contract opportunity.

1.5.2 Structure

Section 1 describes the nature of the requirement, and the process of this procurement.

Section 2 of this document presents the qualification questions, against which the airport seeks response from Applicants.

Section 2.1 seeks background information.

Section 2.2 seeks to establish that the Applicant has the financial standing required to deliver and support the Solution through its lifetime.

Section 2.3 seeks to establish that the Applicant has the professional standing, and meets regulatory requirements necessary to provide the services required by the procurement.

Section 2.4 seeks to identify the suitability of the Solution proposed by the Applicant for the Airport’s needs, in particular in respect of maturity, noting that the ITT shall provide the detailed requirements.

Section 2.5 provides for the Applicant to supply suitable references to evidence the above.

Section 2.6 presents a pro forma for Applicants to provide the Expression Of Interest (EOI) in supplying a Solution for this procurement.

2017/S 111-223967 6

Page 7: re-Qualification Questionnair - Durham Tees Valley Web viewDTVA conducts around 20,000 runway and 5,000 LARS movements per year, ... based upon solvency, financial ratio analysis,

1.5.3 Responses

The Applicant shall acknowledge their intention to provide a PQQ response as soon as possible after the decision to apply has been made.

Please note that the Airport reserves the right to ask additional clarification of responses provided or ask for additional information to support claims made.

For each Applicant (or consortium) a complete response is required, to this PQQ. Responses shall be provided on the basis that the Airport has no prior knowledge of potential solutions or Applicants. Failure to answer all questions will significantly disadvantage Applicants.

Please note that if responding as a consortium one PQQ is required, but sections shall be repeated for each member of the consortium as indicated in section 2.1. Additionally, a signed declaration of intent to join the consortium and absence of conflict of interest shall be supplied from each member as part of the response. Please note that contracts will normally only be entered into with the nominated lead organisation, and it shall be the responsibility of the consortium members to organise and deliver their respective duties and liabilities.

Requests for clarification must be received at least 10 working days prior to the submission deadline for PQQ responses. Responses to clarification questions will be shared with all Applicants, except in the case where they include commercially sensitive information.

The Airport may not accept late submissions of PQQ responses.

Responses shall be provided by extracting section 2 into a new document, and completing the questions (do not remove any of the existing text), or adding annexes as requested. Applicants may add a one A4 side executive summary to their response – this will not be directly scored, but may be considered in the overall evaluation.

Responses shall be submitted in MS Word or PDF format only, at least Arial size 10 font and single line spacing. Submissions must be in English. Submissions should be limited to the restrictions (page limits) expressed in the questions, Applicants which continually or excessively break the restrictions will be disadvantaged. The Airport reserves the right to exclude from evaluation those parts of responses which fall outside the restrictions. Please note that any additional material (including hyperlinks) shall not be reviewed or taken into consideration in assessment of responses.

Responses shall be submitted electronically to Anthony Hatton, Peel Group, [email protected] Please note that a 10MB limit exists per email, therefore submissions of greater size need to be broken into several emails, with clear numbering. The submission deadline is 16:00 BST (British Summer Time), on 12 July 2017.

1.6 No Claim for Expenses, Damages or CompensationThe Applicant is solely responsible for their own costs and expenses in relation to this procurement and the award of the proposed Contract including preparing and submitting a response, attending interviews or meetings with the Airport during the evaluation of the proposal and negotiation, finalisation and execution of any contract with the Airport. The Airport is not liable to pay such costs and expenses or to reimburse or to compensate an Applicant under any circumstance and the Airport has no obligation to purchase or acquire any of the goods or services included in any proposal.

2017/S 111-223967 7

Page 8: re-Qualification Questionnair - Durham Tees Valley Web viewDTVA conducts around 20,000 runway and 5,000 LARS movements per year, ... based upon solvency, financial ratio analysis,

Further to the preceding paragraph, the Applicant, by submitting a response, agrees that it will not claim damages, for whatever reason, relating to the Contract or in respect of the competitive process. The Applicant, by submitting a response, waives any claim for loss of profits if no agreement is made with the Applicant.

Except as expressly and specifically permitted in these instructions to Applicants, no Applicant shall have any claim for any compensation of any kind whatsoever, as a result of participating in the PQQ, and by submitting a response each Applicant shall be deemed to have agreed that it has no claim.

1.7 ConfidentialityAll documentation provided to the Applicant for the procurement process shall remain the property of the Airport. All Applicants who are invited to respond in the ITT phase will be required to have signed and returned a mutual non-disclosure agreement. This is not required at PQQ stage, however Applicants are expected to treat all written or oral communications and information provided as proprietary and commercially confidential and not distribute them wider than those directly involved in preparing their response.

There will be no public opening of the responses received. Responses will be opened privately after the closing date. No public announcement of the contents of any Response will be made at any time without the prior consent of the Applicant.

In respect of any information submitted by an applicant that it considers commercially sensitive, the Applicant shall:

clearly identify such information as commercially sensitive,

describe why it is commercially sensitive (what the implications of disclosure would be), and for how long it shall remain commercially sensitive.

The Airport shall share material provided with Third Parties only for the express purpose of evaluating responses for this procurement. Any such Third Parties, shall be under a Non-Disclosure Agreement with the Airport.

Additionally, the Airport reserves the right to contact references provided for the purpose of verifying any claims made by the Applicant. Verification may be made by whatever means the Airport deems necessary, without limitation to contacting the references provided.

1.8 Selection process

1.8.1 Contract award criteria

The final contract shall be awarded to the most economically advantageous tender in terms of the criteria set out in the ITT instructions, taking into account the required performance, delivery timescales, whole-life costs, and wider benefits to the Airport. Capital and operational costs over the lifetime of the Solution are a key consideration, but will not be considered in isolation.

The ITT documentation will set out the detailed contract award criteria.

1.8.2 Evaluation criteria

For the PQQ responses, the questions will be scored according to the quality of the response in terms of:

2017/S 111-223967 8

Page 9: re-Qualification Questionnair - Durham Tees Valley Web viewDTVA conducts around 20,000 runway and 5,000 LARS movements per year, ... based upon solvency, financial ratio analysis,

the suitability of the answer to demonstrate the Supplier/proposed Solution meets the needs of the Airport; and,

the quality of the evidence supporting the answer.

The scoring matrix is shown below.

Score Classification Definition

0 Unacceptable No response, or totally unacceptable and does not meet the requirement in any way.

1 InadequateDoes not meet the Airport’s expectations in some significant areas. Considerable reservations of the Applicant’s ability, understanding, experience, skills, resources, or quality measures.

2 WeakA response that does not fully meet requirements. Response may be minimal with little or no detail or evidence given to support and demonstrate sufficiency or compliance.

3 Satisfactory Response meets requirements and evidence is given to support the answers, but may be brief.

4 GoodRequirements are met and evidence is provided to support the answers demonstrating sufficiency, compliance and significant experience.

5 ExcellentRequirements exceeded and are robustly and clearly evidenced. Response goes above and beyond requirements and demonstrate additional value for the Airport, without additional cost.

Table 3: Evaluation scoring matrix

1.8.3 Qualification

Applicants responses to the PQQ shall be evaluated according to the criteria set out in section 1.8.2 above. The evaluation shall be conducted independently by a minimum of three ATM experts, and then moderated.

In order to qualify to tender for the Contract, Applicants shall achieve a minimum of a ‘Satisfactory’ on scored questions. Applicants who meet minimum requirements will be evaluated on each scored question, Applicants who fail an element (score less than ‘satisfactory’ on a scored question) may not be evaluated further, and may be disqualified from further participation.

The number of Applicants invited to tender shall be at least 5, or the number meeting the minimum requirements (whichever is lower), but may be more, at the discretion of the Airport. In the event, and only in the event, that more than 5 Applicants meet the minimum requirements, Applicants will be ranked based on the sum of the scores attained on each question marked against the scoring matrix. Since the focus of the PQQ is qualification, not the identification of the most economically advantageous tender, ranking at this stage will be based on weighting of scored questions (if it is required). The table below lists the questions which are scored (and therefore contribute to a ranking if it is required).

2017/S 111-223967 9

Page 10: re-Qualification Questionnair - Durham Tees Valley Web viewDTVA conducts around 20,000 runway and 5,000 LARS movements per year, ... based upon solvency, financial ratio analysis,

Section & Question ID Name Description of scoring

C1-C13 Financial status & Insurance

10% of marksOne overall score, based upon solvency, financial ratio analysis, standing in relation to the scale of the project and levels of insurance.

D1-G1 Professional standing

10% of marksOne overall score, based upon demonstrating suitable standing to undertake delivery and support of the solution.

Solution capability 35% of marks

Q2 Solution description Individual score, based upon suitability of the solution to the Airport’s needs (as described above).

Q3 Solution maturity Individual score, based on the evidenced maturity of the solution.

Q4 Solution capabilitiesIndividual score, based on demonstrated knowledge of windfarm effects on PSRs, and solution’s ability to mitigate.

Q5 Solution limitations

Individual score, based on the perceived residual risk (i.e. evidence that limitations are understood and mitigations exist, or evidence that limitations do not exist).

Q6 Operational installations

Individual score, based on evidence of existing operational installations.

Q7 Windfarm mitigation performance

Individual score, based on practical evidence of windfarm mitigation capabilities

Q8 Regulatory compliance Individual score, based on evidence of regulatory compliance.

Solution implementation and support 10% of marks

Q9

Full PSR solution, ATM integration, installation, safety assurance, training

Individual score, based on quality of evidence provided.

Q10 In-house operations and maintenance

Individual score, based on quality of evidence provided.

Q11 Supplier maintenance and support

Individual score, based on quality of evidence provided.

Solution viability and delivery 35% of marks

Q12 Budget Individual score, based on statements made in relation to the budget.

Q13 ScheduleIndividual score, based on evidence of realistic timescales and advantages that may be offered to the Airport.

Table 4: Questions contributing to ranking (if ranking is required)

1.8.4 Procedures for appeals

The Airport is committed to treating all Applicants fairly. All initial enquiries should be directed to Anthony Hatton, however in the event that an Applicant wishes to make

2017/S 111-223967 10

Page 11: re-Qualification Questionnair - Durham Tees Valley Web viewDTVA conducts around 20,000 runway and 5,000 LARS movements per year, ... based upon solvency, financial ratio analysis,

contact with someone else, enquires should be directed to Steve Gill, Chief Executive Officer, [email protected].

1.8.5 Schedule

The Airport is currently entering the PQQ stage, in order to identify a short list of Applicants who will be invited to tender for the contract. The table below presents the envisaged procurement and contract programme milestones. Procurement timescales will be dependent on the ability of the proposed Solutions to meet the project needs and satisfy investment decisions.

Date Milestone

7 June 2017 Issue of PQQ documents and Contract Notice

28 June 2017 Deadline for receipt of clarification questions

16:00 BST 12 July 2017 Deadline for submission of Applicant EOIs and PQQ responses

24 July - 25 August 2017 Response Clarification period (if required)

1 September 2017 Shortlist of Applicants to invite to tender

4 September 2017 Issue of Invitation to Tender documents

13 October 2017 Deadline for submission of tenders

23 October – 17 November 2017

Response Clarification period

30 November 2017 Identification of preferred Solution

December 2017 Initial contract award

April 2018 Start on site

Summer/ Autumn 2018 Installation and commissioning

Winter 2018 SARG and Airport sign-off, warranty and support contract comes into effect

Table 5: Envisaged schedule of procurement

2

2017/S 111-223967 11

Section 2: Pre-Qualification Questionnaire

Page 12: re-Qualification Questionnair - Durham Tees Valley Web viewDTVA conducts around 20,000 runway and 5,000 LARS movements per year, ... based upon solvency, financial ratio analysis,

2.1 Delivery PartyWhilst this sub section is not evaluated, it provides the necessary background information and failure to provide this information will result in exclusion from further stages.

Solution Name

2.1.1 Applicant details

Form A. Applicant details

Lead Company

Role of Lead Company

Other agreed consortium partners (if applicable)

Name Role

Other potential consortium partners (if applicable)

Name Role

A1) Please provide an explanation of the proposed consortium structure (maximum 0.5 sides A4), state ‘Not applicable’ if the delivery party is not a consortium.

A2) Please provide an outline of the proposed approach to contracting, programme governance and management that will be adopted by the consortium (maximum 1 side A4), state ‘Not applicable’ if the delivery party is not a consortium.

2.1.2 Company information

Please complete this form for each member of the consortium (duplicate as necessary), or once for a sole supplying Applicant.

Form B. Company information

Question Yes No Details

B1 Company.

B2 Main address for correspondence.

B3 Registered office (if different from above).

B4 Person applying on behalf of company.

B5 Position in company.

B6 Contact telephone number(s).

2017/S 111-223967 12

Page 13: re-Qualification Questionnair - Durham Tees Valley Web viewDTVA conducts around 20,000 runway and 5,000 LARS movements per year, ... based upon solvency, financial ratio analysis,

B7 Is the company a sole trader, partnership, private or public limited company or other (please specify)?

B8 Have any of the Directors, Partners or Associates been involved with any company, which has been liquidated or gone into receivership (if so please give details)?

B9 Have any of the Directors, Partners, Associates or their relatives been employed by, or have any involvement with any other companies providing services to Peel (if so please give details)?

Complete questions B10 to B12 where a limited company is stated.

B10 Please state the company’s date of incorporation and company number under the Companies Act 1985 (or equivalent).

B11 Please state the company’s date of incorporation and company number under the Industrial and Provident Societies Acts 1965 to 1978 (or equivalent).

B12 If the company is a member of a group of companies, please provide the names and registered offices of the ultimate holding company and all other subsidiaries.

2.2 Financial status & InsurancePlease complete the form below for each company within the Applicant’s consortium (duplicate as necessary). Applicants will be assessed in Part C on their financial status and financial ability to deliver the contract. This will be based on their solvency, financial ratio analysis and financial standing in relation to the scale of the Project. The analysis carried out will be evaluated overall against the scoring matrix in section 1.8.2. Those entities which do not achieve a 'Satisfactory' or better will be subject to further examination of their accounts and may be excluded from the selection process at that stage.

Form C. Company financial standing

ID Question

C1 Please provide the name(s) of person(s) responsible for financial matters in the company.

C2 Please provide the name and address of the company’s bankers.

C3 Where applicable, please provide a copy of the Certificate of Incorporation of the company under the Companies Act 1985 (or equivalent), and any certificate of change of name.

Enclosed (please state)

C4 Please state the turnover, profit (loss) before tax, current assets, current liabilities of the company over the last three financial years.

Turnover Profit/(loss)2013:2014:2015:

2017/S 111-223967 13

Page 14: re-Qualification Questionnair - Durham Tees Valley Web viewDTVA conducts around 20,000 runway and 5,000 LARS movements per year, ... based upon solvency, financial ratio analysis,

Assets Liabilities2013:2014:2015:

C5 Please provide a copy of the latest audited financial accounts

Provided y/n – if no please explain

C6 Please provide evidence of the current credit rating

Provided y/n – if no please explain

C7 Please provide details of any outstanding claims or litigation against the company.

C8 If the Lead Company had an annual Turnover of less than £10 million in any of the last five years or has traded at a loss in one or more of the last 5 years, please provide:a) a statement to demonstrate financial standing suitable to support the proposed Solution for a 15 to 25 year lifespan; andb) a statement outlining what guarantee for supply of spares will be offered.

Provided y/n – if no please explain

C9 If the Lead Company is a limited company or fails the tests outlined in C8, please provide a statement outlining whether a group company or the ultimate holding company would be prepared to guarantee the contract performance of the company, supported by financial information about the guarantor company.

Provided y/n – if no please explain

INSURANCEPlease provide details of insurances held:

C10 Employer’s Liability Insurance.Minimum £10M Airside Airfield Cover

INSURER

POLICY NUMBER

EXTENT OF COVER

EXPIRY DATE

C11 Public Liability (Third Party) Insurance.Minimum £50M Airside Airfield Cover

INSURER

POLICY NUMBER

EXTENT OF COVER

EXPIRY DATE

C12 Professional Indemnity Insurance INSURER

POLICY NUMBER

EXTENT OF COVER

EXPIRY DATE

2017/S 111-223967 14

Page 15: re-Qualification Questionnair - Durham Tees Valley Web viewDTVA conducts around 20,000 runway and 5,000 LARS movements per year, ... based upon solvency, financial ratio analysis,

C13 If any of the extents of cover on your current insurance policies do not meet the minima indicated in C10 and C11, please provide a statement to confirm that you will put these in place for the relevant duration(s) of this contract.

Provided y/n – if no please explain

2.3 Professional standingThis section is evaluated overall against the scoring matrix in section 1.8.2. The Airport wishes to establish that the Applicant has suitable standing to undertake delivery and support of the Solution. Potential Suppliers must achieve a ‘Satisfactory’ in this section, which is achieved by being legitimately able to answer “Yes” to all questions in these Parts. Should a candidate not achieve a ‘Satisfactory’ then it may be disqualified from the selection process at that stage. These questions relate to requirements the Airport must ensure are complied with, as such the Airport reserves the right to conduct due diligence if any of the responses cause concern or present potential increased risk to the Airport.

2.3.1 Accreditation

Please complete this form for each member of the consortium (duplicate as necessary), or once for a sole supplying Applicant.

Form D. Accreditation

Question Yes No Details

D1 Does the company have an accredited Quality System, e.g. ISO 9001?

If yes, please provide a copy of the certificate from the relevant bodyif no, please explain

D2 Does the company have an accredited Environmental Management System, e.g. ISO 14001?

If yes, please provide a copy of the certificate from the relevant bodyif no, please explain

D3 Has the company had any major environmental or quality incidents in the last 3 years? If yes, please provide details.

2.3.2 Health and safety

Please complete this form for each member of the consortium (duplicate as necessary), or once for a sole supplying Applicant

Form E. Health and Safety

E1 Please provide a schedule of the company’s health and safety documentation currently in force, indicating its scope.

Document Scope

E2 Please provide the company policy statement on health and safety.

Provided y/n – if no please explain

E3 Please provide the company’s accident frequency rate (per 100,000 hours worked) and accident incident rate for the past 12 months.

Accident Frequency Rate

Accident Incidence Rate

E4 Has the company been prosecuted by an enforcing authority during the past 3 years (if yes, please give details)?

Yes No Details

2017/S 111-223967 15

Page 16: re-Qualification Questionnair - Durham Tees Valley Web viewDTVA conducts around 20,000 runway and 5,000 LARS movements per year, ... based upon solvency, financial ratio analysis,

E5 Does the company provide health safety and welfare training (if yes, please give details of type and frequency)?

Yes No Details

2.3.3 Good standing

Please complete this form for each member of the consortium (duplicate as necessary), or once for a sole supplying Applicant.

Form E. Criminal convictions

F1 Have any of the directors, partners or any other person who has powers of representation, decision or control of the organisation ever been convicted of any of the following offences? Please note that by virtue of the Rehabilitation of Offenders Act 1974 (Exceptions) Order 1975 (Amendment) (England and Wales) Order 2013 information in relation to spent convictions is also required to be disclosed.

a) Conspiracy within the meaning of the Criminal Law Act 1977, or the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983, or the common law offence, where the conspiracy relates to participation in a criminal organisation;

YES / NO

b) Corruption within the meaning of section 1 of the Public Bodies Corrupt Practices Act 1889 or section 1 of the Prevention of Corruption Act 1906;

YES / NO

c) Bribery within the meaning of the Bribery Act 2010, or the Representation of the People Act 1983, or the common law offence

YES / NO

d) The common law offence of incitement to commit a crime; YES / NO

e) Fraud, where the offence relates to fraud affecting the financial interests of the European Communities as defined by Article 1 of the Convention relating to the protection of the financial interests of the European Union, within the meaning of:the offence of cheating the Revenue;the common law offence of fraud;the common law offence of theft or fraud;fraudulent trading within the meaning of section 458 of the Companies Act 1985;defrauding the Customs within the meaning of the Customs and Excise Management Act 1979 and the Value Added Tax Act 1994;an offence in connection with taxation in the European Community within the meaning of section 71 of the Criminal Justice Act 1993; orthe common law offence of uttering;the common law offence of attempting to pervert the course of justice;

YES / NO

f) Money laundering within the meaning of the Money Laundering Regulations 2007; YES / NO

g) Any other offence within the meaning of Article 45(1) of EC Directive 2004/18 as defined by the national law of any relevant state.

YES / NO

Note: Failure to disclose information relevant to this section may result in your exclusion from this competition or the termination of any contract that may be awarded to you.

Please complete this form for each member of the consortium (duplicate as necessary), or once for a sole supplying Applicant.

Form G. Business probity

G1 Please answer yes or no to the following questions:

a) Is the organisation bankrupt or being wound up, having its affairs administered by the court, or have you entered into an arrangement with creditors, suspended business activities or any equivalent situation arising from similar proceedings under national laws or regulations?

YES / NO

b) Is the organisation the subject of proceedings for a declaration of bankruptcy, for compulsory winding-up or administration by the court or for an arrangement with creditors or of any other similar proceedings under national laws or regulations?

YES / NO

2017/S 111-223967 16

Page 17: re-Qualification Questionnair - Durham Tees Valley Web viewDTVA conducts around 20,000 runway and 5,000 LARS movements per year, ... based upon solvency, financial ratio analysis,

c) Has the organisation been convicted of an offence concerning its professional conduct by a judgment that has the force of res judicata?

YES / NO

d) Has any director or partner been found guilty of grave professional misconduct? YES / NO

e) Has the organisation failed to fulfil obligations relating to the payment of social security contributions in accordance with the legal provisions of the United Kingdom or the country in which it is established?

YES / NO

f) Has the organisation failed to fulfil obligations relating to the payment of taxes in accordance with the legal provisions of the United Kingdom or the country in which it is established?

YES / NO

Note: Failure to disclose information relevant to this section or serious misrepresentation in relation to the information disclosed may result in your exclusion from this competition or the termination of any contract that may be awarded to you.

2.4 SolutionPlease provide, in an annex to your response, an answer to each of the questions listed below. The annex should be labelled Annex I: Solution, and be subject to the page limits specified.

2.4.1 Solution capability

This sub-section seeks to understand the capability of, and risk associated with, the proposed Solution against the Airport’s requirement. Unless otherwise specified, these questions shall be individually assessed against the evaluation criteria and scoring matrix (provided in 1.8.2).

Where possible please cross-reference relevant experience and references as recorded in section 2.5.

Q1. List the name (e.g. model) of the Solution(s) you propose for this procurement and any key components/sub-assemblies that you, or a company in your consortium, do not manufacture. This question will not be assessed and is provided for information only.

Q2. Please provide an outline description of the Solution(s) you propose for this procurement and its suitability for the Airport. This response should be limited to 2 sides of A4. Note that links to additional content outside the PQQ response will not be reviewed.

Q3. The Airport requires a Solution that is mature at the time of entering the contract (e.g. Technology Readiness Level 91); please provide evidence of your Solution(s) maturity, and evidence of operational use in the presence of wind farms of a similar scale to those in the vicinity of the Airport – including detection of targets in the vicinity of wind turbines to required performance, and mitigating wind turbine generated clutter). Please confirm that safety cases (approved) exist for your Solution(s), in the context of similar windfarms, either in accordance with UK CAA requirements or equivalent. This should be limited to 3 sides of A4, but may cross reference answers to other questions in section 2.5. Please note that solutions without evidence of operational use by contract award date are likely to be excluded unless a performance guarantee will be provided and there are other significant advantageous factors. If relying on a performance guarantee your PQQ response must be supported by unequivocal statements of your intent signed by a senior business executive.

1 The principle definition is found on https://esto.nasa.gov/files/trl_definitions.pdf

2017/S 111-223967 17

Page 18: re-Qualification Questionnair - Durham Tees Valley Web viewDTVA conducts around 20,000 runway and 5,000 LARS movements per year, ... based upon solvency, financial ratio analysis,

Q4. The airport wishes to understand the capabilities of proposed solutions in respect of wind turbines, therefore please provide a list of typical issues suffered by PSRs as a result of windfarms (including as a minimum: clutter, loss of detection, lost tracks, track seduction), and provide a brief overview as to how your Solution addresses these. This response should be limited to 3 sides of A4.

Q5. The airport wishes to understand any limitations in the capabilities of the Solution(s) you propose in respect of performance/detection and/or wind turbine mitigation in the context of the scale of wind farms and at the ranges required at the Airport. Please provide a description of any limitations and/or any residual issues which are not fully mitigated by the solution you propose. This response should be limited to 2 sides of A4.

Q6. Please provide a list of operational installations of the proposed Solution and the wind farms mitigated (including number and size of turbines mitigated in each wind farm) by each installation, please include references to information about the operational wind farms that is available in the public domain to verify the status of the wind farms.

Q7. Please describe evidence that exists to demonstrate the windfarm mitigation performance of your solution. For example provide a list of any independently verified flight trial results that you will be able to present in the ITT for a similar wind farm environment as outlined in section 1.3 of this PQQ; these must be for the Solution you are proposing. If you cannot or will not be able to provide evidence of the performance of the solution you propose in a similar wind farm environment, please provide a technical justification for your proposed solution and a declaration signed by a senior business executive including the performance warranty that your company is offering that will guarantee performance in the wind farm environment as outlined in section 1.3 of this PQQ. This response should be limited to 3 sides of A4.

Q8. Please provide a list of the UK and EU regulations (or equivalent) which your Solution(s) comply with. Please note this should not be a list of individual requirements, but rather the regulation title and a statement on full or partial compliance – detailed compliance against requirements will form part of the ITT phase. Evidence is not required at this phase, but the Airport reserves the right to validate any claims made, should the Applicant be shortlisted.

2.4.2 Solution implementation and support

This sub-section seeks to understand the capability of, and risk associated with, the implementation and support of the proposed Solution. These questions shall be individually assessed against the evaluation criteria and scoring matrix (provided in 1.8.2).

Where possible please cross-reference relevant experience and references as recorded in section 2.5.

Q9. Please explain how your company will be able to provide a full PSR solution (including tower, UPS, other necessary equipment and spares), support the integration with other ATM systems, provide necessary safety assurance documentation, and prepare and deliver training for all users. If your company cannot provide all of these, please provide an explanation of how these needs will be met. Please cross-reference your response with that for question 12 if your services/options will influence the price (or vice versa). Please provide supporting evidence in the References Annex (see below). This response should be limited to 2 sides of A4.

2017/S 111-223967 18

Page 19: re-Qualification Questionnair - Durham Tees Valley Web viewDTVA conducts around 20,000 runway and 5,000 LARS movements per year, ... based upon solvency, financial ratio analysis,

Q10. Please explain how the Airport will be able to operate and maintain your proposed Solution with existing capabilities and resources within the DTVA and wider Peel Airports organisations. This response should be limited to 1 side of A4.

Q11. Please explain how your company will provide long term maintenance and support services (including provision of spares) in the context of DTVA’s and Peel Airports’ organisation. Please explain how your company supports its customers in the context of changing regulations. Please explain the contractual arrangements (including the term of any existing/proposed arrangements) where your company is reliant on a third party to provide these services/supplies for this contract. Please provide supporting evidence in the References Annex (see below). This response should be limited to 2 sides of A4.

2.4.3 Solution viability and delivery

This sub-section seeks to understand whether the Solution meets the business needs and constraints of the Airport. These questions shall be individually assessed against the evaluation criteria and scoring matrix (provided in 1.8.2).

Q12. Please confirm that your Solution offering is viable within the budget as stated in section 1.4, subject to clarifications/variations in requirements which only become apparent at the tender stage. If your Solution cannot be provided within the budget, please explain why, and provide an indicative price for the proposed Solution (commissioned and operational, meeting performance requirements) and explain what solution, if any, can be provided within the budget. Please provide a list of exclusions and pricing assumptions in your response.

Q13. Please confirm that your company will be able to meet the schedule for installation, commissioning and sign-off as stated in section 1.8.5. If your Solution cannot meet these timescales, please explain why and provide the installation and sign-off dates that you will be able to meet. Please cross-reference your response with that for question 12 if the schedule will influence the price (or vice versa).

2.5 ReferencesPlease provide, in an annex to your response, an answer to each of the questions listed below. The annex should be labelled Annex II: References, and be subject to the page limits specified. The information will be used to support the evaluation of relevant questions in the main response.

2.5.1 Customer references

Please provide references for at least 3 customers (maximum 5) where you have delivered your proposed Solution, with the following criteria:

At least one reference where you have delivered, or are under contract to deliver, the proposed Solution (i.e. the same model) , and with an approved safety case.

At least one reference where you have delivered, or are under contract to deliver, the proposed Solution (i.e. the same model) as mitigation for windfarms, and with an approved safety case.

Any other references must be for a surveillance solution from the same product line as the Solution that you propose to a customer with similar, or more demanding operations (e.g. number of movements and airspace complexity) to the Airport.

2017/S 111-223967 19

Page 20: re-Qualification Questionnair - Durham Tees Valley Web viewDTVA conducts around 20,000 runway and 5,000 LARS movements per year, ... based upon solvency, financial ratio analysis,

Each reference shall be provided with a description of the work which was conducted, the role of the Applicant (or consortium member) in the project, the timescales of the project (both originally contracted and achieved). Please state the differences between the referenced solution, and the proposed Solution. Please confirm that the solution provided remains in operation for its stated purpose for each reference. Each reference should be a maximum of 1 side of A4 (Arial 10 font, single line spacing).

2.5.2 Implementation and Support experience

Within this sub-section please cross reference to suitable customer references (section 2.5.1) wherever possible. Individual questions are evaluated overall against the scoring matrix in section 1.8.2.

Please provide evidence of your experience in integrating with other ATM systems (such as SDPs and DRS). Limited to 1 side of A4.

Please provide evidence of your experience in procuring a tower, UPS and other equipment required for the Solution but not supplied by your company. Limited to 1 side of A4.

Please provide evidence of your capability and experience to train users (e.g. ATE and ATCO) of your Solution. Limited to 1 side of A4.

Please provide evidence of your ability to provide maintenance support and spares for your Solution over its lifetime. Limited to 3 sides of A4.

2.6 Expression of interestPlease fill out the form below. This should be done by the person duly authorised by the Applicant/consortium to represent them.

Form H. Expression of interest

……………………………………………………………………………………………………………… (Insert company name here) wish to register interest and apply to be considered for a short listing to receive Invitation to Tender documentation for the provision of PSR at DTVA.

I confirm that the answers given on this questionnaire are true, complete, accurate and not misleading.

Signed (To be signed by authorised representative)

Print Name

Title

Date

Table 6: Form H. Expression of interest

2017/S 111-223967 20