Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Belfast City Airport Ltd
Sydenham Bypass
Belfast
BT3 9JH
UK
Contact person: Judith Davis
Telephone: +44 2890939093
E-mail: judith.davis@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 another address:
Belfast City Airport
Belfast
BT3 9JH
UK
E-mail: Judith.Davis@bca.aero
NUTS: UKN06
Internet address(es)
Main address: https://www.belfastcityairport.com/
Tenders or requests to participate must be sent to the following address:
Belfast City Airport
Sydenham Bypass
Belfast
BT3 9JH
UK
E-mail: PRMtender@bca.aero
NUTS: UKN06
Internet address(es)
Main address: https://www.belfastcityairport.com/
I.6) Main activity
Airport-related activities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
PRM Services Agreement
II.1.2) Main CPV code
63721500
II.1.3) Type of contract
Services
II.1.4) Short description
The Contracting Authority requires provision of certain services and the supply, operation and maintenance of appropriate associated equipment to persons with reduced mobility at George Best Belfast City Airport. The Contracting Authority requires the provision of a PRM Service operated on behalf of the airport authority for all airlines, to be delivered in line with ECAC Doc 30 and CAP1228. The services involve:
(a) meeting certain passengers in the car park and assisting them to boarding and seating them on the aircraft;
(b) disembarking of passengers requiring assistance from arriving aircraft, through the terminal, baggage collection and to onward transport; and
(c) the supply, operation and maintenance of appropriate equipment. The contractor will need to supply (at a minimum) 2 ambilifts, an aviramp, an aisle chair and a number and range of wheelchairs, together with any other equipment which the contractor deems necessary to provide the services.
II.1.5) Estimated total value
Value excluding VAT:
2 266 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
63112100
63731000
60400000
60170000
33196200
33193000
II.2.3) Place of performance
NUTS code:
UKN06
Main site or place of performance:
George Best Belfast City Airport.
II.2.4) Description of the procurement
The Contracting Authority intends to award the contract to a single provider to manage the provision of the PRM Services in the “Landside” and “Airside” areas at George Best Belfast City Airport). The scope of services to be provided are summarised in the pre-qualification questionnaire and will be provided in more detail in the invitation to negotiate. Qualified bidders will be asked to provide costs on the basis of labour and equipment (including maintenance) costs. Qualified bidders will have the opportunity to visit the site before submitting tenders. The estimated value of this procurement is on the basis of the maximum possible duration of the contract (being 5 years).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
2 266 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The agreement will have an intended initial period of 3 years. At that time, the Contracting Authority will have the option, at its discretion, to extend the duration for 2 further periods of 12 months each (subject to the terms of the contract).
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As specified in the pre-qualification questionnaire.
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.1.4) Objective rules and criteria for participation
As specified in the pre-qualification questionnaire.
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, 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.2) Conditions related to the contract
III.2.2) Contract performance conditions
As set out in the contract documentation which will be provided to all bidders invited to take part in the negotiation process.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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:
14/06/2019
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
21/06/2019
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
High Court of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
UK
VI.5) Date of dispatch of this notice
10/05/2019