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

Procurement of Fire Vehicles.

  • First published: 29 November 2013
  • Last modified: 29 November 2013

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:
29 November 2013
Deadline date:
20 December 2013
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This procurement relates to the potential supply of aerodrome rescue and fire-fighting foam producing vehicles(s) to the Contracting Authority under the terms of a framework agreement.

The Contracting Authority wishes to enter into the framework agreement with a single provider, which framework agreement sets out the terms upon which the Contracting Authority may (but does not commit or give any undertaking to do so) purchase or lease up to 3 aerodrome rescue and fire-fighting foam-producing vehicles (“Vehicles”) and purchase training, maintenance and support services and supply of spare parts. It is currently anticipated that the framework agreement will, subject to any earlier termination in accordance with its terms, continue for a period of four (4) years from commencement. The Contracting Authority may call off purchase/leasing of Vehicles and supply of services under the terms of the framework agreement by way of a call-off agreement that sets out the commercial terms of each purchase (“Call-Off Agreement”). Each Call-Off Agreement (if any) will be entered into in accordance with the process described in, and the terms of, the framework agreement. It is anticipated currently that any Call-Off Agreement entered into during the term of the framework agreement will continue for the whole life of the Vehicles and require whole life maintenance (estimated to be a period of 15 years from the date of successful commissioning of the Vehicle(s)).

Further details are available in the Project Information Memorandum and Pre-Qualification Questionnaire available on request from the contact point referred to above.

Full notice text

CONTRACT NOTICE - UTILITIES

Section I: Contracting Entity

I.1)

Name, Address and Contact Point(s)


Belfast City Airport Limited

Sydenham Bypass

Belfast

BT3 9JH

UK

Seamus MacMahon

+44 2890935131

seamus.macmahon@belfastcityairport.com


http://www.belfastcityairport.com


Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Main activity or activities of the contracting entity

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting entity

Procurement of Fire Vehicles.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

Unchecked box Unchecked box Unchecked box
Unchecked box Checked box

II.1.2(c))

Type of service contract

II.1.2)

Site or location of works, place of delivery or performance

George Best Belfast City Airport.


NUTS Code UKN01

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Checked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

4

Estimated total value of purchases for the entire duration of the framework agreement

795 0002 385 000
GBP

Frequency of the contracts to be awarded

The Contracting Authority wishes to enter into a framework agreement with a single provider under which the Contracting Authority may (but does not give any commitment or undertaking to do so by entering into the framework agreement) purchase or lease up to 3 aerodrome rescue and fire-fighting foam producing vehicle(s). The Contracting Authority also may (but does not give any commitment or undertaking to do so by entering into the framework agreement) purchase training, maintenance and support services and supply of spare parts from the successful bidder, and the range in scope of estimated value above reflects the potential variation in the Contracting Authority's requirements from potential (but not committed) purchase of one vehicle (including whole life maintenance) to potentially up to three vehicles (and whole life maintenance for each of the vehicles). In each case the whole life maintenance is estimated to be a period of 15 years from the date of successful commissioning of the vehicles.

II.1.5)

Short description of the contract or purchase(s)

This procurement relates to the potential supply of aerodrome rescue and fire-fighting foam producing vehicles(s) to the Contracting Authority under the terms of a framework agreement.

The Contracting Authority wishes to enter into the framework agreement with a single provider, which framework agreement sets out the terms upon which the Contracting Authority may (but does not commit or give any undertaking to do so) purchase or lease up to 3 aerodrome rescue and fire-fighting foam-producing vehicles (“Vehicles”) and purchase training, maintenance and support services and supply of spare parts. It is currently anticipated that the framework agreement will, subject to any earlier termination in accordance with its terms, continue for a period of four (4) years from commencement. The Contracting Authority may call off purchase/leasing of Vehicles and supply of services under the terms of the framework agreement by way of a call-off agreement that sets out the commercial terms of each purchase (“Call-Off Agreement”). Each Call-Off Agreement (if any) will be entered into in accordance with the process described in, and the terms of, the framework agreement. It is anticipated currently that any Call-Off Agreement entered into during the term of the framework agreement will continue for the whole life of the Vehicles and require whole life maintenance (estimated to be a period of 15 years from the date of successful commissioning of the Vehicle(s)).

Further details are available in the Project Information Memorandum and Pre-Qualification Questionnaire available on request from the contact point referred to above.

II.1.6)

Common Procurement Vocabulary (CPV)

34144210
34144213
35112000
50100000
50110000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable contracts, estimated time frame for subsequent calls for competition:

II.3)

Duration of the contract or limit for completion

48

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions relating to the contract

III.1.1)

Deposits and guarantees required

The Contracting Authority reserves the right to require performance bonds, retention bonds, deposits, parent company guarantees or other forms of undertaking or security to ensure proper contractual performance.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

As set out in the contract documentation, which will be provided to all bidders invited to take part in the negotiation process.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers 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 framework agreement. 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 framework agreement.

III.1.4)

Other particular conditions to which the performance of the contract is subject

The conditions applicable to the framework agreement are set out in the Pre-Qualification Questionnaire, Project Information Memorandum, Invitation to Negotiate and draft framework agreement. It will be a condition of the framework agreement that the successful bidder's staff obtain and maintain full security clearance for working airside during the term of the framework agreement. If any material elements of the framework agreement will be sub-contracted, sub-contractors must be identified and complete the relevant sections of the Pre-Qualification Questionnaire.

III.2)

Conditions for Participation

III.2.1)

Personal situation of suppliers,contractors or service providers


As specified in the Pre-Qualification Questionnaire.

III.2.2)

Economic and financial capacity


The minimum standards to be met by the bidder are specified in full in the Pre-Qualification Questionnaire (available on request from the contact point specified above) and include, without limitation: minimum insurance coverage in relation to: (a) Employer's liability insurance of GBP 10 million (each and every claim); (b) Public liability insurance of GBP 5 million (each and every claim); (c) product liability insurance of GBP 10 million (each and every claim); and (d) airside liability insurance of GBP 20 million (each and every claim).


III.2.3)

Technical capacity


The minimum standards to be met by the successful bidder are specified in full in the Pre-Qualification Questionnaire.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Unchecked box
Checked box No

IV.2)

Award Criteria

No

Yes
No

IV.2.2)

An electronic auction will be used

No

IV.3) Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting entity

IV.3.2)

Previous publication concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining contract document and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 20-12-2013  12:00

IV.3.5)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.6)

Minimum time frame during which the tenderer must maintain its tender 

IV.3.7)

Conditions for opening tenders




Section VI: Complementary Information

VI.1)

Indicate whether this Procurement is a Recurrent one and the estimated timing for further notices to be published

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

The Pre-Qualification Questionnaire and Project Information Memorandum are available on request from the contact point set out in section 1 of this notice.

The costs of responding to this OJEU notice and participation in the procurement will be borne by each bidder. All discussions and correspondence will be deemed strictly subject to contract until the formal framework agreement is entered into. Bidders should note that only once the Contracting Authority has entered into a Call-Off Agreement under the framework agreement will there be a binding commitment to purchase any Vehicles and/or services. The framework agreement will not be binding until it has been signed and dated by the authorised representatives of both parties. Bidders that satisfy the requirements of the pre-qualification process may be offered the opportunity of a site visit to inspect the Contracting Authority's current vehicles and the areas in which associated services are required. Further details will be provided by the Contracting Authority in due course. Bidders should note that continued whole life maintenance of the existing fleet of vehicles does not form part of this procurement and will continue to be carried out by the existing supplier.

All bidders must maintain the validity of their tender for 6 months from the date stated for receipt of the tender.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Please refer to section VI.4.2 of this notice








Body responsible for mediation procedures










VI.4.2)

Lodging of appeals


The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the framework agreement is communicated to all bidders. The standstill period provides time for unsuccessful bidders to challenge the award decision before the framework agreement is entered into. The Utilities Contracts Regulations 2006 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (Northern Ireland).

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 27-11-2013

Coding

Commodity categories

ID Title Parent category
34144213 Fire engines Special-purpose motor vehicles
34144210 Firefighting vehicles Special-purpose motor vehicles
50110000 Repair and maintenance services of motor vehicles and associated equipment Repair, maintenance and associated services of vehicles and related equipment
50100000 Repair, maintenance and associated services of vehicles and related equipment Repair and maintenance services
35112000 Rescue and emergency equipment Firefighting, rescue and safety equipment

Delivery locations

ID Description
There are no delivery locations for this notice.

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:
N/a
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.