Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Belfast City Airport Ltd
Sydenham Bypass
Belfast
BT3 9JH
UK
Contact person: Jonathan Rice
Telephone: +44 2890939093
E-mail: jonathan.rice@bca.aero
NUTS: UKN10
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:
http://www.belfastcityairport.com/About-Us/Tenders
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the following address:
Belfast City Airport
Sydenham Bypass
Belfast
BT3 9JH
UK
Contact person: Jonathan Rice
E-mail: FMtender@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
Hard FM and Soft FM Services Agreement
II.1.2) Main CPV code
79993000
II.1.3) Type of contract
Services
II.1.4) Short description
The Contracting Authority requires provision of hard and soft facilities management services and waste management services (including the provision of an asset tagging and management system) at George Best Belfast City Airport, the anticipated starting date for which is 1.1.2020. The intention of the procurement is to appoint a single contractor to be responsible for all such services, which are summarised in the pre-qualification questionnaire. The contractor will be expected to provide all equipment necessary and enter into appropriate subcontracting arrangements. 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. The duration of the Hard FM and Soft FM Services Agreement will be 3 years, with the option to extend for 2 further periods of 12 months each, at the Contracting Authority's discretion.
II.1.5) Estimated total value
Value excluding VAT:
3 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79993100
90500000
90900000
90910000
90914000
50324200
50710000
71334000
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 hard facilities management services (including planned and reactive mechanical and electrical and fabric maintenance to the “Landside” and specific “Airside” areas at George Best Belfast City Airport) and soft facilities management services (including operation of the cleaning and waste management services at the same site). The successful bidder will also be required to install (and provide maintenance and support services in respect of) an asset tagging and management system for the complete airport site. On expiry or termination of the Hard FM and Soft FM Services Agreement (however arising), BCA must be provided with a perpetual, royalty-free, sub-licensable and irrevocable licence to the system and must own all associated equipment and documentation.
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 provided with historic usage requirements and asked to provide costs on that basis. 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 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:
3 500 000.00
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:
21/06/2019
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
28/06/2019
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
17/05/2019