Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: Hermes Airports Ltd
Postal address: P.O. Box 43027
Town: Larnaca
Postal code: 6650
Country: Cyprus
Contact person: Lucas Papaleontiou
E-mail: lucas.papaleontiou@hermesairports.com
Telephone: +357 24816412
Fax: +357 24643633
Internet address(es):
General address of the contracting authority: http://www.hermesairports.com
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authorityOther: Airport Operator
I.3)Main activityOther: air transport operations
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Quality/Compliance Control and Transitional Management for the Provision of Aviation Security Services at Larnaca and Paphos International Airports.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Larnaca and Paphos International Airports.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with a single operator
Duration of the framework agreement
Duration in years: 5
Justification for a framework agreement, the duration of which exceeds four years: As per agreement between Hermes Airports Ltd and the Republic of Cyprus.
II.1.5)Short description of the contract or purchase(s)
Hermes Airports Ltd requires an aviation security management organization to provide Quality/Compliance Control and Transitional Management for the provision of Aviation Security Services at Larnaca and Paphos International Airport (includes management oversight, supervision and auditing to the Aviation Security Service Provider).
II.1.6)Common procurement vocabulary (CPV)63731000 Airport operation services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completion Starting 13.12.2016. Completion 12.12.2021
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: General Information;
Background and Experience in the field of Aviation Security Services;
Legal Status;
Technical and Operational Capability;
Project Management Capability;
Case Studies;
Financial;
Additional Information.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Technical Credentials,
Financial Credentials.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Proposers must provide:
1. Evidence that it has the required Financial Resources to finance the provision of the required Services;
2. Evidence that it is solvent and enjoys professional integrity; that it has not been involved in bankruptcy proceedings; that there is no criminal case involving dishonesty or lack of moral conduct against it or its managers, directors or managing directors;
3. Provide Audited Financial Statements of the last 3 years;
4. Provide Cash Flow model based on a monthly, in arrears, invoicing System. Invoicing will be in Euro.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
1. Organisational Chart and details of the proposed organisational structure, including a full breakdown of the proposed manpower requirements;
2. Sample work schedule pattern illustrating coverage during high and low peak seasons;
3. Propose a Quality/Compliance Control and Transitional Management manual and relevant procedures for aviation security;
4. Security manuals and procedures for conducting regular audits, tests, inspections and surveys;
5. Security Management System;
6. Statement of readiness to be part of emergency preparedness and response manuals and procedures for ICAO designated emergency occurrences and airport contingency incidents;
7. Provide relevant qualification of all key position staff that will be engaged in the project and are not included in point viii of this chapter;
8. Proposed training programme in full for any additional resources that may be required locally; to include all aspects of training, not just aviation security training. Please provide details of both the proposed policy and methodology of training;
9. Proposed staffing levels, recruitment and vetting plan;
10. Staff retention and incentivisation plans;
11. Proposed aviation security Quality Assurance programme;
12. Occupational Health and Safety manual;
13. Incident planing process;
14. Operational contingency planning;
15. Details of any technology proposed.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated below
1. Technical. Weighting 70
2. Financial. Weighting 30
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 11.11.2016 - 23:59
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate25.11.2016 - 23:59
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Official language of the tender is English. In case Applicant is not established in Cyprus, all official documents issued by administrative or judicial/authorities of the country of origin of the Applicant, shall be apostilled and official translated and shall be submitted in English Language. In case any of the requested official documents are not issued by the competent judicial or administrative authorities in the country of origin of the Applicant then the Applicant should submit, sworn affidavit(s) dully apostilled and officially translated in English.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:20.10.2016
http://ted.europa.eu/udl?uri=TED:NOTICE:373737-2016:TEXT:EN:HTML&src=0&tabId=2