Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
BELFAST CITY AIRPORT LIMITED
Sydenham By-pass
BELFAST
BT39JH
UK
Contact person: Judith Davis
E-mail: FuelServicesTender@bca.aero
NUTS: UKN06
Internet address(es)
Main address: https://www.belfastcityairport.com/
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://www.belfastcityairport.com/About-Us/Tenders
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.belfastcityairport.com/About-Us/Tenders
I.6) Main activity
Airport-related activities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Fuel Farm Management and Into-Plane Services Tender
II.1.2) Main CPV code
63733000
II.1.3) Type of contract
Services
II.1.4) Short description
Belfast City Airport ("BCA") is seeking to appoint an operator to provide services and operate facilities for the purposes of aviation fuel storage management, into-plane and refuelling operations at George Best Belfast City Airport ("Airport") throughout hours of operation at the Airport. It is currently anticipated that the key role of the appointed party will be to assist BCA in its objective to provide at the Airport: (1) a safe, cost efficient and operationally effective system for receipt, storage and distribution of jet fuel to operating aircraft; (2) at all times ensure that an adequate stock of fuel is available in order to provide uninterrupted service to operating aircraft; (3) full management responsibility for the operation and of the fuel facility, to include: (a) ensuring product quality assurance; (b) providing stock management services; (c) performing into-plane operations in line with all appropriate industry standards; and (d) maintaining a management system for health, safety and environmental matters (including issuing risk assessments where appropriate).
The successful operator will be responsible for the overall management and provision of the services in accordance with principles of open and fair access to all fuel suppliers.
The operator will assist BCA with the management of the operational aspects of the relationship with operating airlines.
The operator may be required to transfer into its employment the staff currently employed by the incumbent operator and in doing so, must abide by all relevant TUPE Regulations.
The operator will utilise BCA's facilities and equipment to provide the Services and operate the fuel facilities, including refuelling bowsers. BCA will retain ownership of the fuelling facilities, associated equipment and infrastructure at BCA.
Throughout the contract, the operator will be expected to: (a) provide and maintain manuals, procedures and processes for the safe and efficient operation of the facility in line with industry standards; and (b) provide, as appropriate, technical support linked to any development of the fuelling facilities, including demand forecasting, and any ongoing maintenance of the facilities.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
34960000
63730000
II.2.3) Place of performance
NUTS code:
UKN
Main site or place of performance:
Belfast City Airport, Sydenham Bypass, Belfast BT3 9JH
II.2.4) Description of the procurement
It is currently anticipated that the key role of the appointed party will be to assist BCA in its objective to provide at the Airport: (1) a safe, cost efficient and operationally effective system for receipt, storage and distribution of jet fuel to operating aircraft; (2) at all times ensure that an adequate stock of fuel is available in order to provide uninterrupted service to operating aircraft; (3) full management responsibility for the operation and of the fuel facility, to include: (a) ensuring product quality assurance; (b) providing stock management services; (c) performing into-plane operations in line with all appropriate industry standards; and (d) maintaining a management system for health, safety and environmental matters (including issuing risk assessments where appropriate).
The successful operator will be responsible for the overall management and provision of the services in accordance with principles of open and fair access to all fuel suppliers.
The operator will assist BCA with the management of the operational aspects of the relationship with operating airlines.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
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 three (3) years from its commencement. BCA will have the option, at its discretion, to extend the Services Agreement for two further periods of twelve (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.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
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 three (3) years from its commencement. BCA will have the option, at its discretion, to extend the Services Agreement for two further periods of twelve (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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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.1.6) 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.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the contract documentation which will be provided to all bidders invited to take part in the negotiation process.
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Subject to the status and involvement of the parties, BCA may require the parties to commit to joint and several liability in respect of the contract. Alternatively BCA 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.2) Conditions related to the contract
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 with call for competition
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
01/07/2022
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
13/07/2022
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
Belfast
BT1
UK
VI.5) Date of dispatch of this notice
07/06/2022