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 |
Judith Davis |
+44 2890939093 |
judith.davis@belfastcityairport.com |
+44 2890939094 |
http://www.belfastcityairport.com
|
|
|
|
|
|
|
|
|
|
I.2)
|
Main activity or activities of the contracting entity
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting entity
Procurement of Services to Persons with Reduced Mobility.
|
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract20 |
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
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
The Contracting Authority requires provision of certain services and the supply, operation and maintenance of appropriate associated equipment (such as wheelchairs, Smax chairs and ambilifts) 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. Those services extend from meeting passengers requiring assistance in the car park and assisting them throughout their journey to boarding and seating them on the aircraft. The services also require: (a) the disembarking of passengers requiring assistance from arriving aircraft, through the terminal, baggage collection and to onward transport; and (b) the supply, operation and maintenance of appropriate equipment such as wheelchairs, Smax chairs and ambilifts. The Contractor will need to supply (at a minimum) two ambilifts, an aisle chair and a number and range of wheelchairs, together with any other equipment which the Contractor deems necessary to provide the services. The Contracting Authority does however own a Smax chair which the Contractor will be entitled to use during, and in accordance with, the terms of the Services Agreement governing provision of the services.
The services will be required 364 days per year, between 0500 - 2200, or until 2359 in exceptional circumstances.
The Contractor will be fully responsible for the day to day management of the services in accordance with all applicable legislation, regulations and codes, including ECAC Doc 30. The Contractor must provide driving training for the use of the equipment (as required), airside training and airside awareness training and ensure the compliance of all equipment with ECAC Doc 30 Annex K Recommendations. The Contractor will be responsible for ensuring adequate staffing levels and for meeting KPIs as advised.
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)
|
|
|
|
63721500 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
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
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 3 years from its commencement. The Contracting Authority will have the option, at its discretion to extend the Services Agreement for two further periods of 12 months each. The exercise of the option to extend will be dependent upon 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 option into account. The estimated annual contract value is between GBP 300,000 and GBP 350,000.
|
|
1 500 0001 750 000 GBP |
II.2.2)
|
Options
The Contracting Authority may, at its discretion and dependent upon the terms of the services agreement having been complied with in full and, without limitation, satisfactory performance of the Contractor, extend the services agreement for two further periods of twelve (12) months each.
|
|
Provisional timetable for recourse to these options36 |
|
Number of possible renewals
|
|
In the case of renewable contracts, estimated time frame for subsequent calls for competition:
|
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, 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 services 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 services agreement.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
The conditions applicable to the services agreement are set out in the Pre-Qualification Questionnaire, Project Information Memorandum, Invitation to Negotiate and draft services agreement. It will be a condition of the services agreement that the successful bidder's staff obtain and maintain full security clearance for working airside during the term of the service agreement. If any material elements of the services 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 requirements of: (a) public liability insurance - GBP 5 million in the aggregate; (b) airside public liability insurance - GBP 20 million in the aggregate; and (c) employer's liability insurance - GBP 10 million in the aggregate.
|
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
|
|
|
|
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for executing the contract? Yes |
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
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
|
|
|
|
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
|
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
This contract notice relates to a part B services procurement under the Utilities Contracts Regulations 2006 (as amended) which is being advertised by the Contracting Authority in OJEU on a voluntary basis.
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 service agreement is entered into. The services 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 will be offered the opportunity of a site visit to inspect the areas in which services are currently provided. Further details will be provided by the Contracting Authority in due course.
The Transfer of Undertakings (Protection of Employment) Regulations and/or the Service Provision Change (Protection of Employment) Regulations 2006 may apply to the staff/operatives currently engaged in the provision of the services. Further information will be provided at the Invitation to Negotiate stage of this process. Tenderers are required to seek their own advice, make their own investigations and include for this if applicable in their tender responses. Further information is included in the Project Information Memorandum.
Each bidder must maintain the validity of its tender open for acceptance for a period of 6 months from the deadline for receipt of tenders.
|
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 voluntary 10 calendar day standstill period at the point information on the award of the services agreement is communicated to all bidders. The standstill period provides time for unsuccessful bidders to challenge the award decision before the services agreement is entered into. The Utilities Contracts Regulations 2006 (as amended) provides 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 |