CONTRACT NOTICE - UTILITIES
|
Section I: Contracting Entity
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Belfast City Airport |
Sydenham Bypass |
Belfast |
BT3 9JH |
UK |
Raymond Hooke |
|
raymond.hooke@bca.aero |
|
http://www.belfastcityairport.com
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
Managed Air Navigation Service Provider (ANSP) Contract.
|
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract27 |
II.1.2)
|
Site or location of works, place of delivery or performance
Belfast. NUTS Code |
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)
Belfast City Airport (BCA) is seeking a provider of Air Traffic Control (ATC) services. The successful bidder will utilise staff that are currently directly employed by BCA in this service provision. It is anticipated that TUPE (being the Transfer of Undertakings (Protection of Employment) Regualtions) will apply.
BCA currently serves approximately 2 800 000 passengers per annum to a range of destinations, primarily in Great Britain. Current aircraft movements amount to approximately 40 000 per annum and comprise a mixture of Airbus 320 family, Embraer E-Jets, Dash 8-400 and selected other small regional aircraft. BCA expects that these numbers will grow over the next 5-10 years but make no warranties or guarantees in this regard and Applicants are advised to make their own assessment.
Currently the main operating airlines at BCA include Flybe, Aer Lingus, British Airways, KLM regional and Vueling. There are a number of selected seasonal charter operations during both winter and summer, and a fixed base operator (FBO) facility for executive jets which currently caters for approximately 1 500 movements per annum.
BCA invites applicants to complete a Pre-Qualification Questionnaire (PQQ) to form part of a short list to participate in a competitive tender exercise in connection with a contract for a managed ANSP solution (the Services). It should be noted that this procurement exercise is for Part B Services as defined under the EU Procurement Directives Utilities Contract Regulations 2006. The procedure that will be adopted for the award of this process will be the negotiated procedure.
The ANSP current achieves a movement rate of 16 per hour, together with consistently high levels of safety performance, punctuality and compliance with noise abatement procedures. The infrastructure includes:
— CAT I ILS on both runways;
— I-RVR (forward scatter metre);
— Selex PSR and SSR.
A full list will be included with the ITN documentation.
The successful Applicant will work closely with BCA to deliver a safe, compliant, and customer orientated service. The successful Applicant will embrace new technologies and methods of work to deliver an operationally and environmentally efficient service. Specific areas for focus include:
— Evaluation and implementation of Performance Based Navigation (PBN);
— Electronic Flight Progress Strips;
— Optimisation of radar safety nets;
— Optimise administration of SMS, QMS, Unit Training Plan and Unit Competency Scheme;
— Access to enhanced training (e.g. simulator) and operational briefing systems;
— Timely and transparent reporting of key performance indicators.
Contract duration of 10 years from date of commencement.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
63732000 |
|
|
|
|
|
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 No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scope
|
|
10 000 00016 000 000 GBP |
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 completion120 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions relating to the contract
|
III.1.1)
|
Deposits and guarantees required
Further information will be made available in the tender documents.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
Further information will be made available in the tender documents.
|
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
Further information will be provided in the tender documents.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of suppliers,contractors or service providers
Information and formalities necessary for evaluating if the requirements are met. Further information will be made available in the tender documents.
|
III.2.2)
|
Economic and financial capacity
Further information will be made available in the tender documents.
|
III.2.3)
|
Technical capacity
Further information will be made available in the tender documents. Minimum level of regulatory approvals/requirements will be necessary.
|
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
ANSP
|
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 05-10-2015
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
On or after 1.7.2025.
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Royal Courts of Justice, High Court, Northern Ireland |
Chichester Steet |
Belfast |
BT1 3JF |
UK |
|
|
|
|
|
|
Body responsible for mediation procedures
Royal Courts of Justice, High Court, Northern Ireland |
Chichester Street |
Belfast |
BT1 3JF |
UK |
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
Royal Courts of Justice, High Court, Northern Ireland |
Chichester Street |
Belfast |
BT1 3JF |
UK |
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 04-09-2015 |