Ausschreibung: Luftverkehrskontrollvorrichtungen - UK-Inverness Luftverkehrskontrollvorrichtungen Flughafengeräte Flugsicherungssimulation Flugsicherungssysteme Flugsicherungsschulung Flugsicherung Softwarepaket für die Flugsicherung Entwicklung von Flugsicherungssoftware Kontrollturmausrüstung Bau von Flughafenkontrolltürmen Dienstleistungen im Flughafenbau Steuer- und Überwachungs-, Sicherheits- oder Signaleinrichtungen für Flughäfen Dokument Nr...: 205726-2020 (ID: 2020050409175118855) Veröffentlicht: 04.05.2020 * UK-Inverness: Luftverkehrskontrollvorrichtungen 2020/S 86/2020 205726 Auftragsbekanntmachung Sektoren Lieferauftrag Rechtsgrundlage: Richtlinie 2014/25/EU Abschnitt I: Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: Highlands and Islands Airports Ltd Postanschrift: Head Office, Inverness Airport Ort: Inverness NUTS-Code: UKM6 Postleitzahl: IV2 7JB Land: Vereinigtes Königreich Kontaktstelle(n): J Marshall E-Mail: [6]atms@hial.co.uk Telefon: +44 1667462445 Fax: +44 1667464300 Internet-Adresse(n): Hauptadresse: [7]http://www.hial.co.uk Adresse des Beschafferprofils: [8]https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile .aspx?ID=AA13542 I.2)Informationen zur gemeinsamen Beschaffung I.3)Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: [9]www.publiccontractsscotland.gov.uk Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: [10]www.publiccontractsscotland.gov.uk I.6)Haupttätigkeit(en) Flughafenanlagen Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: Remote Tower Solution II.1.2)CPV-Code Hauptteil 34962000 II.1.3)Art des Auftrags Lieferauftrag II.1.4)Kurze Beschreibung: Supplies, services and works necessary to deliver a remote tower air traffic control solution at a Combined Surveillance Centre in Inverness, serving air traffic control airports within the HIAL estate. It is the intention of HIAL that the project will encompass Dundee, Inverness, Kirkwall, Stornoway and Sumburgh airports, but HIAL reserves the right to add or subtract airports and/or to phase the introduction of the remote tower solution at any airport(s). The contract will include the supply and installation of remote tower equipment and associated support and maintenance services. The contract will also include supply of compatible system components, spares and maintenance, for the named airports and any other airports served by the Combined Surveillance Centre (whether or not owned and/or operated by HIAL), for the lifetime of the system. HIAL reserves the right to include in the contract options to acquire future upgrades to the equipment supplied to reflect technological and regulatory change and emerging best practice over the lifetime of the system. II.1.5)Geschätzter Gesamtwert Wert ohne MwSt.: 8 500 000.00 GBP II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: nein II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: II.2.2)Weitere(r) CPV-Code(s) 34960000 34962000 34962210 34962220 34962230 34962200 48121000 72212121 34962100 45213332 71311240 34997000 II.2.3)Erfüllungsort NUTS-Code: UKM62 NUTS-Code: UKM61 NUTS-Code: UKM65 NUTS-Code: UKM64 NUTS-Code: UKM66 NUTS-Code: UKM71 Hauptort der Ausführung: Inverness. II.2.4)Beschreibung der Beschaffung: Highlands and Islands Airports Ltd will establish a remote tower air traffic control solution at a Combined Surveillance Centre in Inverness, serving air traffic control airports within the HIAL estate. A contingency and training centre will also be established. HIAL seeks tenders from suppliers who can deliver, whether or not as part of a consortium: the remote tower solution detailed in the tender pack, spare parts and consumables for the remote tower solution, training as detailed in the tender pack. The remote tower solution shall be provided on a turnkey basis. HIAL expects the exact scope of the supplies, services and works to be procured will be determined as part of negotiations, but HIAL currently anticipates that: the remote tower solution will include the supply, installation and fit out of remote tower modules within the Combined Surveillance Centre and the Contingency and Training Centre. This will include sensors, displays, communications and processing for aerodrome control, operational support, supervisory and engineering working positions as detailed in the tender pack; the remote tower solution will involve the installation of optical sensors on the relevant aerodromes; associated support and maintenance services, including training will also be required; the solution provider will be required to collaborate with design and construction professionals appointed by HIAL; there will be a requirement for technical support and maintenance for the remote tower solution for the life of the system; the contract will include requirements related to the need to equip a contingency facility with contingency and simulator positions; options for the supply and fit-out of additional controller positions at the Combined Surveillance Centre and options for the installation of equipment at additional airports (whether or not owned and/or operated by HIAL). The solution provider will be required to support HIAL's transition from the current operation to the Combined Surveillance Centre. Every system and piece of equipment provided must be able to meet current and reasonably foreseeable UK and international regulatory requirements. Subcontracting opportunities must be published on [11]www.publiccontractsscotland.gov.uk II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Qualitätskriterium - Name: Supplier solution (Technical Description) / Gewichtung: 24 % Qualitätskriterium - Name: Completed remote tower CWP user requirement compliance matrix and supporting evidence / Gewichtung: 16 % Qualitätskriterium - Name: Completed statement of work compliance matrix and supporting evidence / Gewichtung: 8 % Qualitätskriterium - Name: Implementation plan (Outline and Detailed) including schedule / Gewichtung: 3 % Qualitätskriterium - Name: Draft project management plan / Gewichtung: 3 % Qualitätskriterium - Name: Technology refresh strategy / Gewichtung: 6.5 % Qualitätskriterium - Name: Test strategy / Gewichtung: 10 % Qualitätskriterium - Name: Health and safety / Gewichtung: 4.5 % Qualitätskriterium - Name: Systems engineering management plan / Gewichtung: 3 % Qualitätskriterium - Name: Supplier security strategy / Gewichtung: 3 % Qualitätskriterium - Name: Exit plan / Gewichtung: 1 % Qualitätskriterium - Name: Support and maintenance plan / Gewichtung: 6 % Qualitätskriterium - Name: Training plan / Gewichtung: 3 % Qualitätskriterium - Name: Environment / Gewichtung: 1.5 % Qualitätskriterium - Name: Social and economic impact / Gewichtung: 1 % Qualitätskriterium - Name: Contract / Gewichtung: 6.5 % Preis - Gewichtung: 20 % II.2.6)Geschätzter Wert II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Beginn: 01/12/2020 Ende: 30/11/2045 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: The contract will have an initial period of 10 years, with optional annual renewals thereafter up to a maximum of 25 years (i.e. the assumed maximum life of the system). II.2.9)Angabe zur Beschränkung der Zahl der Bewerber, die zur Angebotsabgabe bzw. Teilnahme aufgefordert werden Geplante Mindestzahl: 3 Höchstzahl: 4 Objektive Kriterien für die Auswahl der begrenzten Zahl von Bewerbern: As set out in the tender pack. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: ja Beschreibung der Optionen: spare parts, system consumables, user training, engineer training, train the trainer training, additional or replacement working positions for controllers, operational support and supervisors, additional or replacement masts, cameras and image processing capability, equipment refresh and upgrades, project management of changes to the system, software development, extended warranties. II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben III.1)Teilnahmebedingungen III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister Auflistung und kurze Beschreibung der Bedingungen: The relevant selection criteria are included in the ESPD Scotland module on Public Contracts Scotland. III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit Eignungskriterien gemäß Auftragsunterlagen III.1.3)Technische und berufliche Leistungsfähigkeit Eignungskriterien gemäß Auftragsunterlagen III.1.4)Objektive Teilnahmeregeln und -kriterien Auflistung und kurze Beschreibung der Regeln und Kriterien: Rules and criteria as stated in the tender pack. Please note there are contractual requirements concerning Cyber Security for this contract. Tenderers will be required to complete an online supplier assurance questionnaire using the Scottish Cyber Assessment Service. A link to SCAS can be found here: [12]https://cyberassessment.gov.scot/ The questionnaire will be aligned to a Cyber Risk Profile that has been established for the contract, based on the contracting authoritys assessment of cyber risk. Further details will be set out in the procurement documents. A contract condition for this procurement requires the tenderer to comply with security requirements. III.1.5)Angaben zu vorbehaltenen Aufträgen III.1.6)Geforderte Kautionen oder Sicherheiten: The supplier may be required to obtain a payment and/or performance guarantee. III.1.7)Wesentliche Finanzierungs- und Zahlungsbedingungen und/oder Hinweise auf Vorschriften, in denen sie enthalten sind: Payment on the achievement of contract milestones as set out in the draft contract. III.1.8)Rechtsform, die die Unternehmensgruppe, der der Auftrag erteilt wird, haben muss: Groups of economic operations must accept joint and several liability for performance of the contract. III.2)Bedingungen für den Auftrag III.2.2)Bedingungen für die Ausführung des Auftrags: Subcontracting opportunities must be advertised on [13]www.publiccontractsscotland.gov.uk The supplier will be required to provide community benefits. The Supplier will be required to measure the carbon footprint of the system and work with HIAL towards minimising carbon emissions for the purpose of helping HIAL to establish the Highlands and Islands as a net zero aviation region by 2030. III.2.3)Für die Ausführung des Auftrags verantwortliches Personal Verpflichtung zur Angabe der Namen und beruflichen Qualifikationen der Personen, die für die Ausführung des Auftrags verantwortlich sind Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Verhandlungsverfahren mit vorherigem Aufruf zum Wettbewerb IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem IV.1.4)Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder Lösungen im Laufe der Verhandlung bzw. des Dialogs Abwicklung des Verfahrens in aufeinander folgenden Phasen zwecks schrittweiser Verringerung der Zahl der zu erörternden Lösungen bzw. zu verhandelnden Angebote IV.1.6)Angaben zur elektronischen Auktion IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: ja IV.2)Verwaltungsangaben IV.2.1)Frühere Bekanntmachung zu diesem Verfahren Bekanntmachungsnummer im ABl.: [14]2019/S 091-220619 IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge Tag: 04/06/2020 Ortszeit: 16:00 IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber Tag: 25/06/2020 IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können: Englisch IV.2.6)Bindefrist des Angebots Laufzeit in Monaten: 6 (ab dem Schlusstermin für den Eingang der Angebote) IV.2.7)Bedingungen für die Öffnung der Angebote Abschnitt VI: Weitere Angaben VI.1)Angaben zur Wiederkehr des Auftrags Dies ist ein wiederkehrender Auftrag: nein VI.2)Angaben zu elektronischen Arbeitsabläufen Aufträge werden elektronisch erteilt Die elektronische Rechnungsstellung wird akzeptiert Die Zahlung erfolgt elektronisch VI.3)Zusätzliche Angaben: COVID-19 HIAL wishes to progress this procurement as quickly as possible, but appreciates that potential tenderers may be affected by the COVID-19 situation. HIAL encourages tenderers to note interest in this notice and to request extension of any deadlines (which HIAL will consider carefully, but to which HIAL will not be obliged to agree). The tender process may be subject to a pause until such time as necessary steps, such as tender evaluations or site visits can take place safely. Supplier briefing HIAL intends to carry out a supplier briefing using video conference (Skype for Business). All parties who register interest in this notice will be invited to take part in the briefing which is currently scheduled for 7 May 2020. Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at [15]https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.asp x?ID=582465 The buyer has indicated that it will accept electronic responses to this notice via the postbox facility. A user guide is available at [16]https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.asp x 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: [17]http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2 363 Community benefits are included in this requirement. For more information see: [18]http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2 361 A summary of the expected community benefits has been provided as follows: Tenderers are required to propose community benefits for inclusion in the contracts, which may include: apprenticeships, training and education events, local supply chain initiatives. (SC Ref:582465) Download the ESPD document here: [19]https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx? id=582465 VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: The Court of Session Ort: Edinburgh Postleitzahl: EH1 1RQ Land: Vereinigtes Königreich VI.4.2)Zuständige Stelle für Schlichtungsverfahren VI.4.3)Einlegung von Rechtsbehelfen VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt VI.5)Tag der Absendung dieser Bekanntmachung: 29/04/2020 References 6. mailto:atms@hial.co.uk?subject=TED 7. http://www.hial.co.uk/ 8. https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA13542 9. http://www.publiccontractsscotland.gov.uk/ 10. http://www.publiccontractsscotland.gov.uk/ 11. http://www.publiccontractsscotland.gov.uk/ 12. https://cyberassessment.gov.scot/ 13. http://www.publiccontractsscotland.gov.uk/ 14. https://ted.europa.eu/udl?uri=TED:NOTICE:220619-2019:TEXT:DE:HTML 15. https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=582465 16. https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx 17. http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 18. http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 19. https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=582465 OT: 04/05/2020 S86 Supplies - Contract notice - Negotiated procedure United Kingdom-Inverness: Air-traffic control equipment 2020/S 086-205726 Contract notice utilities Supplies Legal Basis: Directive 2014/25/EU Section I: Contracting entity I.1)Name and addresses Official name: Highlands and Islands Airports Ltd Postal address: Head Office, Inverness Airport Town: Inverness NUTS code: UKM6 Postal code: IV2 7JB Country: United Kingdom Contact person: J Marshall E-mail: [6]atms@hial.co.uk Telephone: +44 1667462445 Fax: +44 1667464300 Internet address(es): Main address: [7]http://www.hial.co.uk Address of the buyer profile: [8]https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile .aspx?ID=AA13542 I.2)Information about joint procurement I.3)Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: [9]www.publiccontractsscotland.gov.uk Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: [10]www.publiccontractsscotland.gov.uk I.6)Main activity Airport-related activities Section II: Object II.1)Scope of the procurement II.1.1)Title: Remote Tower Solution II.1.2)Main CPV code 34962000 II.1.3)Type of contract Supplies II.1.4)Short description: Supplies, services and works necessary to deliver a remote tower air traffic control solution at a Combined Surveillance Centre in Inverness, serving air traffic control airports within the HIAL estate. It is the intention of HIAL that the project will encompass Dundee, Inverness, Kirkwall, Stornoway and Sumburgh airports, but HIAL reserves the right to add or subtract airports and/or to phase the introduction of the remote tower solution at any airport(s). The contract will include the supply and installation of remote tower equipment and associated support and maintenance services. The contract will also include supply of compatible system components, spares and maintenance, for the named airports and any other airports served by the Combined Surveillance Centre (whether or not owned and/or operated by HIAL), for the lifetime of the system. HIAL reserves the right to include in the contract options to acquire future upgrades to the equipment supplied to reflect technological and regulatory change and emerging best practice over the lifetime of the system. II.1.5)Estimated total value Value excluding VAT: 8 500 000.00 GBP II.1.6)Information about lots This contract is divided into lots: no II.2)Description II.2.1)Title: II.2.2)Additional CPV code(s) 34960000 34962000 34962210 34962220 34962230 34962200 48121000 72212121 34962100 45213332 71311240 34997000 II.2.3)Place of performance NUTS code: UKM62 NUTS code: UKM61 NUTS code: UKM65 NUTS code: UKM64 NUTS code: UKM66 NUTS code: UKM71 Main site or place of performance: Inverness. II.2.4)Description of the procurement: Highlands and Islands Airports Ltd will establish a remote tower air traffic control solution at a Combined Surveillance Centre in Inverness, serving air traffic control airports within the HIAL estate. A contingency and training centre will also be established. HIAL seeks tenders from suppliers who can deliver, whether or not as part of a consortium: the remote tower solution detailed in the tender pack, spare parts and consumables for the remote tower solution, training as detailed in the tender pack. The remote tower solution shall be provided on a turnkey basis. HIAL expects the exact scope of the supplies, services and works to be procured will be determined as part of negotiations, but HIAL currently anticipates that: the remote tower solution will include the supply, installation and fit out of remote tower modules within the Combined Surveillance Centre and the Contingency and Training Centre. This will include sensors, displays, communications and processing for aerodrome control, operational support, supervisory and engineering working positions as detailed in the tender pack; the remote tower solution will involve the installation of optical sensors on the relevant aerodromes; associated support and maintenance services, including training will also be required; the solution provider will be required to collaborate with design and construction professionals appointed by HIAL; there will be a requirement for technical support and maintenance for the remote tower solution for the life of the system; the contract will include requirements related to the need to equip a contingency facility with contingency and simulator positions; options for the supply and fit-out of additional controller positions at the Combined Surveillance Centre and options for the installation of equipment at additional airports (whether or not owned and/or operated by HIAL). The solution provider will be required to support HIAL's transition from the current operation to the Combined Surveillance Centre. Every system and piece of equipment provided must be able to meet current and reasonably foreseeable UK and international regulatory requirements. Subcontracting opportunities must be published on [11]www.publiccontractsscotland.gov.uk II.2.5)Award criteria Criteria below Quality criterion - Name: Supplier solution (Technical Description) / Weighting: 24 % Quality criterion - Name: Completed remote tower CWP user requirement compliance matrix and supporting evidence / Weighting: 16 % Quality criterion - Name: Completed statement of work compliance matrix and supporting evidence / Weighting: 8 % Quality criterion - Name: Implementation plan (Outline and Detailed) including schedule / Weighting: 3 % Quality criterion - Name: Draft project management plan / Weighting: 3 % Quality criterion - Name: Technology refresh strategy / Weighting: 6.5 % Quality criterion - Name: Test strategy / Weighting: 10 % Quality criterion - Name: Health and safety / Weighting: 4.5 % Quality criterion - Name: Systems engineering management plan / Weighting: 3 % Quality criterion - Name: Supplier security strategy / Weighting: 3 % Quality criterion - Name: Exit plan / Weighting: 1 % Quality criterion - Name: Support and maintenance plan / Weighting: 6 % Quality criterion - Name: Training plan / Weighting: 3 % Quality criterion - Name: Environment / Weighting: 1.5 % Quality criterion - Name: Social and economic impact / Weighting: 1 % Quality criterion - Name: Contract / Weighting: 6.5 % Price - Weighting: 20 % II.2.6)Estimated value II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Start: 01/12/2020 End: 30/11/2045 This contract is subject to renewal: yes Description of renewals: The contract will have an initial period of 10 years, with optional annual renewals thereafter up to a maximum of 25 years (i.e. the assumed maximum life of the system). II.2.9)Information about the limits on the number of candidates to be invited Envisaged minimum number: 3 Maximum number: 4 Objective criteria for choosing the limited number of candidates: As set out in the tender pack. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: yes Description of options: spare parts, system consumables, user training, engineer training, train the trainer training, additional or replacement working positions for controllers, operational support and supervisors, additional or replacement masts, cameras and image processing capability, equipment refresh and upgrades, project management of changes to the system, software development, extended warranties. II.2.12)Information about electronic catalogues II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information Section III: Legal, economic, financial and technical information III.1)Conditions for participation III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers List and brief description of conditions: The relevant selection criteria are included in the ESPD Scotland module on Public Contracts Scotland. III.1.2)Economic and financial standing Selection criteria as stated in the procurement documents III.1.3)Technical and professional ability Selection criteria as stated in the procurement documents III.1.4)Objective rules and criteria for participation List and brief description of rules and criteria: Rules and criteria as stated in the tender pack. Please note there are contractual requirements concerning Cyber Security for this contract. Tenderers will be required to complete an online supplier assurance questionnaire using the Scottish Cyber Assessment Service. A link to SCAS can be found here: [12]https://cyberassessment.gov.scot/ The questionnaire will be aligned to a Cyber Risk Profile that has been established for the contract, based on the contracting authoritys assessment of cyber risk. Further details will be set out in the procurement documents. A contract condition for this procurement requires the tenderer to comply with security requirements. III.1.5)Information about reserved contracts III.1.6)Deposits and guarantees required: The supplier may be required to obtain a payment and/or performance guarantee. III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: Payment on the achievement of contract milestones as set out in the draft contract. III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded: Groups of economic operations must accept joint and several liability for performance of the contract. III.2)Conditions related to the contract III.2.2)Contract performance conditions: Subcontracting opportunities must be advertised on [13]www.publiccontractsscotland.gov.uk The supplier will be required to provide community benefits. The Supplier will be required to measure the carbon footprint of the system and work with HIAL towards minimising carbon emissions for the purpose of helping HIAL to establish the Highlands and Islands as a net zero aviation region by 2030. III.2.3)Information about staff responsible for the performance of the contract Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract Section IV: Procedure IV.1)Description IV.1.1)Type of procedure Negotiated procedure with prior call for competition IV.1.3)Information about a framework agreement or a dynamic purchasing system IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated IV.1.6)Information about electronic auction IV.1.8)Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: yes IV.2)Administrative information IV.2.1)Previous publication concerning this procedure Notice number in the OJ S: [14]2019/S 091-220619 IV.2.2)Time limit for receipt of tenders or requests to participate Date: 04/06/2020 Local time: 16:00 IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 25/06/2020 IV.2.4)Languages in which tenders or requests to participate may be submitted: English IV.2.6)Minimum time frame during which the tenderer must maintain the tender Duration in months: 6 (from the date stated for receipt of tender) IV.2.7)Conditions for opening of tenders Section VI: Complementary information VI.1)Information about recurrence This is a recurrent procurement: no VI.2)Information about electronic workflows Electronic ordering will be used Electronic invoicing will be accepted Electronic payment will be used VI.3)Additional information: COVID-19 HIAL wishes to progress this procurement as quickly as possible, but appreciates that potential tenderers may be affected by the COVID-19 situation. HIAL encourages tenderers to note interest in this notice and to request extension of any deadlines (which HIAL will consider carefully, but to which HIAL will not be obliged to agree). The tender process may be subject to a pause until such time as necessary steps, such as tender evaluations or site visits can take place safely. Supplier briefing HIAL intends to carry out a supplier briefing using video conference (Skype for Business). All parties who register interest in this notice will be invited to take part in the briefing which is currently scheduled for 7 May 2020. Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at [15]https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.asp x?ID=582465 The buyer has indicated that it will accept electronic responses to this notice via the postbox facility. A user guide is available at [16]https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.asp x 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: [17]http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2 363 Community benefits are included in this requirement. For more information see: [18]http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2 361 A summary of the expected community benefits has been provided as follows: Tenderers are required to propose community benefits for inclusion in the contracts, which may include: apprenticeships, training and education events, local supply chain initiatives. (SC Ref:582465) Download the ESPD document here: [19]https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx? id=582465 VI.4)Procedures for review VI.4.1)Review body Official name: The Court of Session Town: Edinburgh Postal code: EH1 1RQ Country: United Kingdom VI.4.2)Body responsible for mediation procedures VI.4.3)Review procedure VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice: 29/04/2020 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de