Tender

Fuel Farm Management and Into-Plane Services Tender

  • BELFAST CITY AIRPORT LIMITED

F05: Contract notice – utilities

Notice identifier: 2022/S 000-015607

Procurement identifier (OCID): ocds-h6vhtk-03439d

Published 7 June 2022, 11:22am



Section one: Contracting entity

one.1) Name and addresses

BELFAST CITY AIRPORT LIMITED

Sydenham By-pass

BELFAST

BT39JH

Contact

Judith Davis

Email

FuelServicesTender@bca.aero

Country

United Kingdom

NUTS code

UKN06 - Belfast

Internet address(es)

Main address

https://www.belfastcityairport.com/

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.belfastcityairport.com/About-Us/Tenders

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.belfastcityairport.com/About-Us/Tenders

one.6) Main activity

Airport-related activities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Fuel Farm Management and Into-Plane Services Tender

two.1.2) Main CPV code

  • 63733000 - Aircraft refuelling services

two.1.3) Type of contract

Services

two.1.4) Short description

Belfast City Airport ("BCA") is seeking to appoint an operator to provide services and operate facilities for the purposes of aviation fuel storage management, into-plane and refuelling operations at George Best Belfast City Airport ("Airport") throughout hours of operation at the Airport. It is currently anticipated that the key role of the appointed party will be to assist BCA in its objective to provide at the Airport: (1) a safe, cost efficient and operationally effective system for receipt, storage and distribution of jet fuel to operating aircraft; (2) at all times ensure that an adequate stock of fuel is available in order to provide uninterrupted service to operating aircraft; (3) full management responsibility for the operation and of the fuel facility, to include: (a) ensuring product quality assurance; (b) providing stock management services; (c) performing into-plane operations in line with all appropriate industry standards; and (d) maintaining a management system for health, safety and environmental matters (including issuing risk assessments where appropriate).

The successful operator will be responsible for the overall management and provision of the services in accordance with principles of open and fair access to all fuel suppliers.

The operator will assist BCA with the management of the operational aspects of the relationship with operating airlines.

The operator may be required to transfer into its employment the staff currently employed by the incumbent operator and in doing so, must abide by all relevant TUPE Regulations.

The operator will utilise BCA's facilities and equipment to provide the Services and operate the fuel facilities, including refuelling bowsers. BCA will retain ownership of the fuelling facilities, associated equipment and infrastructure at BCA.

Throughout the contract, the operator will be expected to: (a) provide and maintain manuals, procedures and processes for the safe and efficient operation of the facility in line with industry standards; and (b) provide, as appropriate, technical support linked to any development of the fuelling facilities, including demand forecasting, and any ongoing maintenance of the facilities.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34960000 - Airport equipment
  • 63730000 - Support services for air transport

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

Belfast City Airport, Sydenham Bypass, Belfast BT3 9JH

two.2.4) Description of the procurement

It is currently anticipated that the key role of the appointed party will be to assist BCA in its objective to provide at the Airport: (1) a safe, cost efficient and operationally effective system for receipt, storage and distribution of jet fuel to operating aircraft; (2) at all times ensure that an adequate stock of fuel is available in order to provide uninterrupted service to operating aircraft; (3) full management responsibility for the operation and of the fuel facility, to include: (a) ensuring product quality assurance; (b) providing stock management services; (c) performing into-plane operations in line with all appropriate industry standards; and (d) maintaining a management system for health, safety and environmental matters (including issuing risk assessments where appropriate).

The successful operator will be responsible for the overall management and provision of the services in accordance with principles of open and fair access to all fuel suppliers.

The operator will assist BCA with the management of the operational aspects of the relationship with operating airlines.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

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 three (3) years from its commencement. BCA will have the option, at its discretion, to extend the Services Agreement for two further periods of twelve (12) months each. The exercise of the option to extend will be dependent on 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 into account.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

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 three (3) years from its commencement. BCA will have the option, at its discretion, to extend the Services Agreement for two further periods of twelve (12) months each. The exercise of the option to extend will be dependent on 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 into account.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.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.

three.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.

three.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, BCA may require the parties to commit to joint and several liability in respect of the contract. Alternatively BCA 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.

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

1 July 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

13 July 2022

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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 six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Belfast

BT1

Country

United Kingdom