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

Hard FM and Soft FM Services Agreement

  • First published: 09 July 2013
  • Last modified: 09 July 2013

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:
09 July 2013
Deadline date:
12 August 2013
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Contracting Authority requires provision of hard and soft facilities management services and waste management services at George Best Belfast City Airport, the anticipated starting date for which is 1.1.2014. The intention of the procurement is to appoint a single contractor to be responsible for all such services, which services are detailed in the Project Information Memorandum available on request from the above mentioned contact point. The contractor will be expected to provide all equipment necessary to enable it to carry out the services at the airport site. The contractor will be expected to source sub-contractors and enter into appropriate sub-contracting arrangements. It will be a condition of the contract that all maintenance works and services are carried out by appropriately qualified contractors and/or skilled staff and in accordance with any relevant Codes of Practice or statutory provisions using proper materials of suitable quality.

It is currently anticipated that the Hard FM and Soft FM Services Agreement will begin on 1.1.2014., and subject to any earlier termination of the Hard FM and Soft FM Services Agreement in accordance with its terms (including without limitation due to performance by the contractor), will continue thereafter for an initial period of 3 years. The Contracting Authority will have the option, at its discretion, to extend the Hard FM and Soft FM Services Agreement for two further periods of 12 months each. The exercise of the option to extend will be dependent upon the terms of the Hard FM and Soft FM Services Agreement having been complied with in full and further is subject to, without limitation, satisfactory performance of the Contractor.

The Contracting Authority will require, as part of its minimum requirements for services delivery, on-site response by the Contractor within 1 hour of the Contracting Authority's request, to deal with any emergency service requirement that may raise health and safety issues (the emergency nature of such request to be determined at Belfast City Airport's discretion).

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

Conor McConville

+44 2890939093

conor.mcconville@belfastcityairport.com

+44 2890939094

http://www.belfastcityairport.com


Checked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Checked 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

Hard FM and Soft FM Services Agreement

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

1

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

Checked 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 provision of hard and soft facilities management services and waste management services at George Best Belfast City Airport, the anticipated starting date for which is 1.1.2014. The intention of the procurement is to appoint a single contractor to be responsible for all such services, which services are detailed in the Project Information Memorandum available on request from the above mentioned contact point. The contractor will be expected to provide all equipment necessary to enable it to carry out the services at the airport site. The contractor will be expected to source sub-contractors and enter into appropriate sub-contracting arrangements. It will be a condition of the contract that all maintenance works and services are carried out by appropriately qualified contractors and/or skilled staff and in accordance with any relevant Codes of Practice or statutory provisions using proper materials of suitable quality.

It is currently anticipated that the Hard FM and Soft FM Services Agreement will begin on 1.1.2014., and subject to any earlier termination of the Hard FM and Soft FM Services Agreement in accordance with its terms (including without limitation due to performance by the contractor), will continue thereafter for an initial period of 3 years. The Contracting Authority will have the option, at its discretion, to extend the Hard FM and Soft FM Services Agreement for two further periods of 12 months each. The exercise of the option to extend will be dependent upon the terms of the Hard FM and Soft FM Services Agreement having been complied with in full and further is subject to, without limitation, satisfactory performance of the Contractor.

The Contracting Authority will require, as part of its minimum requirements for services delivery, on-site response by the Contractor within 1 hour of the Contracting Authority's request, to deal with any emergency service requirement that may raise health and safety issues (the emergency nature of such request to be determined at Belfast City Airport's discretion).

II.1.6)

Common Procurement Vocabulary (CPV)

79993000
79993100
90500000
90900000
90910000
90914000
70330000
50324200
50710000
71334000

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 contract will begin in January 2014 and subject to performance and the contract terms, will continue thereafter for an initial period of 3 years. The Contracting Authority will have the option, at its discretion, to extend the contract for up to 2 further periods of 12 months each, subject to the terms of the contract and performance of the service provider, and the estimated value below takes this option into account. Estimated annual contract value is therefore GBP 650 000.

1 950 0003 250 000
GBP

II.2.2)

Options

The Contracting Authority may at its discretion and subject to the terms of the contract and performance of the service provider, extend the contract on two occasions for up to 12 months each time. This option to extend may apply to all the services or to any specific services at the sole discretion of the Contracting Authority.

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:

II.3)

Duration of the contract or limit for completion

36

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 Project Information Memorandum, Invitation to Negotiate and draft contract. It will be a condition of the contract that the Contractor's staff obtain and maintain full security clearance for working airside during the term of 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 Contractor are specified in full in the Pre-Qualification Questionnaire (available on request from the contact point specified above) and include, without limitation:

(a) minimum insurance coverage in relation to employer's liability of GBP 10 000 000, public liability of GBP 5 000 000 and airside motor insurance of GBP 5 000 000, in each case for each and every claim. All policies of insurance will require airside liability coverage, as detailed in the PQQ;

(b) a minimum turnover threshold requirement of GBP 1 500 000 per annum in each of the last 3 financial years.


III.2.3)

Technical capacity


The minimum standards to be met by the service provider 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

 12-08-2013  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

The Project Information Memorandum and Pre-Qualification Questionnaire are available on request from the contact point set out in section 1 of this notice. The costs of responding to this OJEU notice and participation 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 formal contract shall 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 afforded the opportunity of a site visit to inspect the areas in which the services are currently provided. Further details will be confirmed 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.

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 minimum 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 unsucessful 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

 04-07-2013

ANNEX A

Additional Addresses and Contact Points

III)

Address and contact point to which Tenders/Requests to Participate must be sent



Belfast City Airport Limited

Sydenham Bypass

Belfast

BT3 9JH

UK

Chris Horner

+44 2890939093


+44 2890939094

Coding

Commodity categories

ID Title Parent category
79993000 Building and facilities management services Miscellaneous business-related services
90914000 Car park cleaning services Cleaning services
90900000 Cleaning and sanitation services Sewage, refuse, cleaning and environmental services
90910000 Cleaning services Cleaning and sanitation services
79993100 Facilities management services Building and facilities management services
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
50324200 Preventive maintenance services Support services of personal computers
70330000 Property management services of real estate on a fee or contract basis Real estate agency services on a fee or contract basis
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations

Delivery locations

ID Description
There are no delivery locations for this notice.

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.