Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Aviation Security Tender.

  • First published: 28 January 2015
  • Last modified: 28 January 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Belfast City Airport Limited
Authority ID:
AA20378
Publication date:
28 January 2015
Deadline date:
13 February 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Contracting Authority requires the provision of an aviation security service. This includes screening of passengers and cabin baggage, hold baggage screening, goods in screening, vehicle access, security patrolling, control room management, emergency response, fire warden and first aid duties. In addition car park officers which includes driving BCA's minibus for passengers and car park equipment first line maintenance (such first line maintenance includes day-to-day issues only, such as ticket jams, cleaning printer heads and barrier problems, and does not require technical expertise). The service will also require the provision by the Contractor of a suitable vehicle for mobile airside patrol (such vehicle shall be subject to BCA's approval and will need to be suitable for handling rough terrain around the airport perimeter), radios and proof of presence equipment, all at the Contractor's cost and in accordance with prevailing security standards.

The services will be required 364 days per year (closed Christmas Day), between the following hours: Summer 4:30-22:00 and Winter 5:00-22:00 (extended for exceptional circumstances to 23:59).

The Contractor will be fully responsible for the day to day management of the services in accordance with all applicable legislation, regulations and codes. Without limiting the foregoing, the services must be delivered in line with chapter 11 of the Single Consolidated Direction — issue Aug 14 and all equipment used is subject to BCA security manager's approval.

The Contractor will be responsible for ensuring adequate staffing levels and meeting KPIs as advised. Further details are available in the Project Information Memorandum and Pre-Qualification Questionnaire available on request from the contact point referred above.

Full notice text

CONTRACT NOTICE - UTILITIES

Section I: Contracting Entity

I.1)

Name, Address and Contact Point(s)


Belfast City Airport Limited

Sydenham Bypass

Belfast

BT3 9JH

UK

Judith Davis

+44 2890939093

judith.davis@belfastcityairport.com

+44 2890939094

http://www.belfastcityairport.com


Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Main activity or activities of the contracting entity

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting entity

Aviation Security Tender.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

23

II.1.2)

Site or location of works, place of delivery or performance

George Best Belfast City Airport.


NUTS Code UKN01

II.1.3)

This notice involves

Unchecked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Estimated total value of purchases for the entire duration of the framework agreement

Frequency of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The Contracting Authority requires the provision of an aviation security service. This includes screening of passengers and cabin baggage, hold baggage screening, goods in screening, vehicle access, security patrolling, control room management, emergency response, fire warden and first aid duties. In addition car park officers which includes driving BCA's minibus for passengers and car park equipment first line maintenance (such first line maintenance includes day-to-day issues only, such as ticket jams, cleaning printer heads and barrier problems, and does not require technical expertise). The service will also require the provision by the Contractor of a suitable vehicle for mobile airside patrol (such vehicle shall be subject to BCA's approval and will need to be suitable for handling rough terrain around the airport perimeter), radios and proof of presence equipment, all at the Contractor's cost and in accordance with prevailing security standards.

The services will be required 364 days per year (closed Christmas Day), between the following hours: Summer 4:30-22:00 and Winter 5:00-22:00 (extended for exceptional circumstances to 23:59).

The Contractor will be fully responsible for the day to day management of the services in accordance with all applicable legislation, regulations and codes. Without limiting the foregoing, the services must be delivered in line with chapter 11 of the Single Consolidated Direction — issue Aug 14 and all equipment used is subject to BCA security manager's approval.

The Contractor will be responsible for ensuring adequate staffing levels and meeting KPIs as advised. Further details are available in the Project Information Memorandum and Pre-Qualification Questionnaire available on request from the contact point referred above.

II.1.6)

Common Procurement Vocabulary (CPV)

79710000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

It is anticipated that the services agreement will, subject to any earlier termination in accordance with its terms (including, without limitation, due to performance by the Contractor), continue for a period of 3 years from its commencement. The Contracting Authority will have the option, at its discretion, to extend the Services Agreement for two further periods of 12 months each. The exercise of the option to extend will be dependent on the terms of the Services Agreement having been complied with in full and further is subject to, without limitation, satisfactory performance of the Contractor, and the estimated value below takes this into account. The estimated annual contract value is 2 000 000 GBP.

10 000 000
GBP

II.2.2)

Options

The Contracting Authority may, at its discretion and dependent upon the terms of the Services Agreement having been complied with in full and, without limitation, satisfactory performance of the Contractor, extend the Services Agreement for 2 further periods of 12 months each.

Provisional timetable for recourse to these options

36

Number of possible renewals

In the case of renewable contracts, estimated time frame for subsequent calls for competition:

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions relating to the contract

III.1.1)

Deposits and guarantees required

The Contracting Authority reserves the right to require performance bonds, deposits, parent company guarantees or other forms of undertaking or security to ensure proper contractual performance.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

As set out in the contract documentation which will be provided to all bidders invited to take part in the negotiation process.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

Subject to the status and involvement of the parties, the Contracting Authority may require the parties to commit to joint and several liability in respect of the contract. Alternatively the Contracting Authority may require the lead operator to take total responsibility or a consortium to form a legal entity and provide parent company guarantees before entering into any contract.

III.1.4)

Other particular conditions to which the performance of the contract is subject

The conditions applicable to the contract are set out in the Pre-Qualification Questionnaire, Project Information Memorandum, Invitation to Negotiate and draft contract. It will be a condition of the contract that the successful bidder's staff obtain and maintain full security clearance for working airside during the contract. If any material elements of the contract will be sub-contracted, sub-contractors must be identified and complete the relevant sections of the Pre-Qualification Questionnaire.

III.2)

Conditions for Participation

III.2.1)

Personal situation of suppliers,contractors or service providers


As specified in the Pre-Qualification Questionnaire.

III.2.2)

Economic and financial capacity


The minimum standards to be met by the bidder are specified in full in the Pre-Qualification Questionnaire (available upon request from the contact point specified above) and include, without limitation, minimum insurance requirements of:

(a) public liability insurance — 5 000 000 GBP in the aggregate;

(b) airside public liability insurance — 20 000 000 GBP in the aggregate; and

(c) employer's liability insurance — 10 000 000 GBP in the aggregate.


III.2.3)

Technical capacity


The minimum standards to be met by the successful bidder are specified in full in the Pre-Qualification Questionnaire.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for executing the contract?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Unchecked box
Checked box No

IV.2)

Award Criteria

No

Yes
No

IV.2.2)

An electronic auction will be used

No

IV.3) Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting entity

IV.3.2)

Previous publication concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining contract document and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 13-02-2015  12:00

IV.3.5)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.6)

Minimum time frame during which the tenderer must maintain its tender 

IV.3.7)

Conditions for opening tenders




Section VI: Complementary Information

VI.1)

Indicate whether this Procurement is a Recurrent one and the estimated timing for further notices to be published

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

This contract notice relates to a Part B services procurement under the Utilities Contracts Regulations 2006 (as amended) which is being advertised by the Contracting Authority in OJEU on a voluntary basis. The Pre-Qualification Questionnaire and Project Information Memorandum are available on request from the contact point set out in Section 1 of this notice. All costs of responding to this notice and participating in the procurement will be borne by each bidder.

All discussions and correspondence will be deemed strictly subject to contract until the formal contract is entered into. The contract will not be binding until it has been signed and dated by the authorised representatives of both parties. Bidders that satisfy the requirements of the pre-qualification process will be offered the opportunity of a site visit to inspect the areas in which services are currently provided. Further details will be provided by the Contracting Authority in due course.

The Transfer of Undertakings (Protection of Employment) Regulations and/or The Service Provision Change (Protection of Employment) Regulations 2006 may apply to the staff/operatives currently engaged in the provision of the services. Further information will be provided at the Invitation to Negotiate stage of this process. Bidders are required to seek their own advice, make their own investigations and include for this if applicable in their tender responses. Further information is included in the Project Information Memorandum.

Each bidder must maintain the validity of its tender open for acceptance for a period of 6 months from the deadline for receipt of tenders.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Please refer to section V1.4.2) of this notice








Body responsible for mediation procedures










VI.4.2)

Lodging of appeals


The Contracting Authority will incorporate a voluntary 10 calendar day standstill period at the point information on award of the contract is communicated to all bidders. The standstill period provides time for unsuccessful bidders to challenge the award decision before the contract is entered into. The Utilities Contract Regulations 2006 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (Northern Ireland).

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 23-01-2015

Coding

Commodity categories

ID Title Parent category
79710000 Security services Investigation and security services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.