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: AviationSecurityTender@bca.aero
NUTS: UKN06
Internet address(es)
Main address: www.belfastcityairport.com
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge 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
Aviation Security Tender
II.1.2) Main CPV code
79710000
II.1.3) Type of contract
Services
II.1.4) Short description
Belfast City Airport Ltd ("BCA") 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. 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 365 days per year (albeit the Airport is closed to passengers on Christmas Day), between the following hours: Summer 0400 - 2200 and Winter 0430 - 2200 (extended for exceptional circumstances to 2359).
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 April 2022 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 Pre-Qualification Questionnaire available on request from the contact point referred above.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
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
The services required include 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.
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:
BCA will have the option, at its discretion, to extend the Services Agreement beyond the initial period of thirty six (36) months for two further periods of twelve (12) months each
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:
BCA 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