[Type here]
1 CONTRACTING ENTITY
1.1 Official name: Athens International Airport S.A.
1.2 Postal address: Administration Building (17)/ Procurement Department
190 19 Spata
Greece
1.3 Contact point: Mr. S. Lountzis Telephone: +30 210 35 37 159
Fax: +30 210 35 37 734
E-mail: LountzisS@aia.gr
Procurement@aia.gr
1.4 General internet address: http://www.aia.gr/company-and-business/business/current-tenders/
2 OBJECT OF THE CONTRACT
2.1 Title: Cleaning Services
2.2 Type of contract: Services
2.3 Description: Athens International Airport S.A. (hereinafter called �AIA�) in compliance
with the Airport Development Agreement as ratified by Law 2338/1995
(Government Gazette A�202/14.09.95), is inviting companies or consortia/
joint ventures to tender for the Services in title at Athens International
Airport "Eleftherios Venizelos".
The scope includes the provision of cleaning services (routine / general
cleaning, remedial cleaning, special cleaning, spill response, WC related
supplies distribution, pest control) within the Airport boundaries on a 24hr
basis. The awarded contractor will be required to ensure adequate capacity
in terms of trained man-power, equipment as well as public, non-public &
technical areas cleaning know-how and pest control expertise and shall
operate under a high level of performance, aesthetics, environmental
protection and health & safety standards.
The scope is divided into the following 2 Lots:
� Lot 1: Terminals (MTB & STB) Cleaning Services
� Lot 2: Ancillary Buildings and Exterior Areas Cleaning Services
More details are included in the tender documents.
2.4 Lots: Yes. Two (2) separate Lots.
Tenderers may participate in one or both Lots under AIA�s
Cleaning Services Tender.
More details about each Lot are described in Section 7 hereto.
2.5 Information about options: Not Applicable
2.6 Duration of the contract: Starting: 05/04/2018 - Completion: 04/04/2021
2.7 Renewals: This contract in each Lot is subject to a possible extension of up to two (2)
years at AIA�s sole discretion.
2.8 Estimated contract value: The estimated total contract value for the entire contract duration (i.e. five
(5) years including possible renewals), for each Lot amounts to:
Lot 1: � 12.900.000
Lot 2: � 2.400.000
[Type here]
3 LEGAL, ECONOMIC AND FINANCING INFORMATION
3.1 Deposits and guarantees: Applicants will be asked to submit, with their proposals, a Participation
Bond, to be returned in accordance with the terms and conditions of the
Tender Documents.
The awarded contractor will be required to submit a Performance Bond,
upon signing of the contract.
Details and prerequisites are provided in the Tender Documents.
3.2 Main financing conditions and
payment arrangements and/or
reference to the relevant
provisions governing them:
As detailed in the Tender Documents.
3.3 Legal form to be taken by the
group of economic operators to
whom the contract is to be
awarded:
In case applicants form and participate in the tender as a consortium/
joint venture, they may be requested to either execute a binding
consortium consolidation deed or to form a capital company, prior to
contract award, with joint and several liability.
More details are included in the Tender Documents.
3.4 Other particular conditions: Compliance with Article 68 of Law 3863/2010.
More details are included in the Tender Documents.
4 CONDITIONS FOR PARTICIPATION
4.1 Personal situation of economic
operators, including
requirements relating to
enrolment on professional or
trade registers:
As detailed in the Tender Documents.
4.2 Economic and financial ability: Applicants will be asked to prove their financial ability to implement the
Services in relation to anticipated contract cost. Such proof will be by the
provision of three (3) last fiscal years audited Financial Statements
including auditors notes and annual financial reports (if these are not
available for the last fiscal year, the unaudited Financial Statement only
for the last fiscal year) and bank reference.
More details are included in the Tender Documents.
4.3 Technical capacity: Proof will be requested to be provided by Tenderers, separately for each
Lot in which they have participated, as follows:
For Lot 1:
� Experience in Cleaning Contracts of similar size and scope. In
particular, evidence (reference letters or contract documents) of
Contractor's minimum average annual turnover in relation to Cleaning
Services projects for the last three (3) years as follows:
� 2mio with at least one project of � 1mio annual value
� Compliance with AIA�s Cleaning Activities Program
[Type here]
For Lot 2:
� Experience in Cleaning Contracts of similar size and scope. In
particular, evidence (reference letters or contract documents) of
Contractor's minimum average annual turnover in relation to Cleaning
Services projects for the last three (3) years as follows:
� 0.8mio with at least one project of � 0.2mio annual value
� Compliance with AIA�s Cleaning Activities Program
4.4 Information for evaluating if
the requirements are met:
Applicants will be assessed and pre-selected on the basis of equal
opportunities. Their professional credentials and reliability, as well as their
economic and financial ability under 4.2, and their technical capacity
under 4.3, will be assessed on a go/ no-go basis.
More details are included in the Tender Documents
4.5 Execution of the service is
reserved to a particular
profession:
No
4.6 Legal persons should indicate
the names and professional
qualifications of the staff
responsible for the execution
of the service:
Yes
5 PROCEDURE
5.1 Type of procedure: Open
5.2 Award criteria: The most economically advantageous tender in terms of the criteria stated
below
Technical Award Criteria (applicable to both Lots)
Method Statements for all Services of the Technical Description i.e.
� Routine/General Cleaning
� Remedial Cleaning
� Special Cleaning
� Spill response
� WC Related Supplies distribution
� Pest control
12%
Administrative and support organization i.e. emergency call-out
service (help-desk), supervision, project team structure, call
response, reporting, materials, machinery and other equipment.
5%
Development of control procedures, control frequency schedule and
integration with AIA�s Contract Performance Management (CPM). 5%
Innovative Proposals and other technological advancements best
serving the Cleaning Services scope, resulting to improved
productivity and/or end results.
3%
Financial Award Criteria (applicable to both Lots)
Phase A
Submission of all required documentation in compliance with the
requirements of Article 68 of the Law 3863/2010.
Go/
no-go
Phase B
Fixed hourly rate for the 3 years of the contract i.e. from 05.04.2018
until 04.04.2021.
75%
[Type here]
5.3 Information about
electronic auction:
An electronic auction will not be used
5.4 Time limit for requesting
Tender Documents
N/A
5.5 Time limit for receipt of
tender proposals:
20/11/2017 15:00
5.6 Language(s) in which
tenders or requests to
participate may be drawn
up:
a) All documents submitted in this tender are to be in the English language;
b) In case for applicants which their corporations are established or operating
in Greece, copies of certificates and documents issued by judicial,
administrative or competent authorities in Greece together with the Board of
Directors decisions and audited financial statements may be submitted only
in the Greek language;
c) In case applicants are not established in Greece, copies of certificates and
documents issued by competent, administrative or judicial authorities, in
accordance with the laws of the applicants� country, shall be submitted
together with an official translation in the English language.
5.7 Minimum time frame
during which the tenderer
must maintain the tender:
6 months
6 COMPLEMENTARY INFORMATION
6.1 This is a recurrent
procurement:
Yes Further notices will be published at the end of the present
contract
6.2 Additional information: All parties interested in receiving the relevant Tender Documents are
invited to participate in the following process:
Applicants are requested to submit a written application by email to
procurement@aia.gr. The written application should bear the title
�Cleaning Services� and the indication �Application�
In this application the following table must be provided filled-out:
DETAILS OF APPLICANT
AND CONTACT PERSON
Tender title and Lot title(s)
Company or consortium/joint
venture name
Company Address
Title (Mr/Ms)
Contact person Name
Contact person Surname
Corporate title
Phone
Mobile
Following the submission of their written application, applicants will
receive the access details to the Tender Documents by email for the
specific Lot(s) in which they have made their application in order for them
to prepare and submit their Proposals within the time schedule stated
under Section 5.5 of this Contract Notice.
[Type here]
For requirements relating to the economic and financial capacity and/or
the technical and/or the professional abilities of the applicant, the latter
may where appropriate rely on the capacity of other entities in
accordance with the details set in the Tender Documents.
The contract will be subject to Greek law.
AIA reserves the right not to proceed with the contract at any stage of
the tender process for any or all Lots and applicants shall not be entitled
to any compensation.
More details are provided in the Tender Documents.
6.3 Procedures for appeal: Applicants, have the right to file an objection on AIA�s award decision.
Such objection shall be submitted in writing within ten (10) days from
receiving the official announcement of the tender result, addressed to the
person named in section 1 above, specifying the legal and factual grounds
that justify their objection. The submitted objection will be examined by
AIA�s Objections Committee
6.4 Body responsible for mediation
procedures:
Athens Chamber of Commerce and Industry
7 Akadimias Street
106 71 Athens
Greece
Telephone: +30 210 3604815-19
E-mail: info@acci.gr
Fax: +30 210 3616464
Internet address: http://www.acci.gr/
7 INFORMATION REGARDING EACH LOT
7.1 LOT 1: Terminals (MTB & STB) Cleaning Services
7.2 Scope and Quantity Lot 1 relates to the provision of cleaning services defined in section 2.3
at approximately 160.000 m2 of built surface and the associated facade
glass, facade non-glass, building roofs, buildings� ground perimeter, other
equipment, furniture and infrastructure and any other surfaces (walls,
partitions, ceiling, interior glass, inox, etc.) included in the said building
areas, as well as passenger boarding bridges (PBBs) infrastructure,
including the fixed & moving airside staircases attached to the PBBs.
(excluding concessionaires�� & tenants� areas).
The Lot 1 areas are classified according to their usage into the following
basic categories:
� Public areas,
� Public sanitary,
� Restricted administration,
� Restricted sanitary,
� Restricted common,
� Other areas.
This classification allows for the operational identification of areas with
restricted or non-restricted access to public, areas with different space
usage.
More details are included in the tender documents
[Type here]
7.3 LOT 2: Ancillary Buildings and Exterior Areas Cleaning Services
7.4 Scope and Quantity Lot 2 relates to the provision of cleaning services defined in section 2.3
at approximately 65.000 m2 of built surface and the associated fa�ade
glass, fa�ade non-glass, building roofs, as well as any other equipment,
furniture and infrastructure of the ancillary airport buildings, technical
areas and gatehouses (excluding concessionaires� & tenants� areas) and
approximately 1.800.000 m2 of exterior areas.
The Lot 2 areas are classified according to their usage and this
classification of areas indicatively contains, but is not limited to, the
following types of spaces:
� Public areas,
� Public sanitary,
� Restricted administration,
� Restricted sanitary,
� Restricted common,
� Exterior areas
� Other areas.
More details are included in the tender documents.