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: 21 May 2019
  • Last modified: 21 May 2019

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:
21 May 2019
Deadline date:
21 June 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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).

Full notice text

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

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
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
100 UK - All

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:
jonathan.rice@bca.aero
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.