Tender

Aviation Security Tender

  • BELFAST CITY AIRPORT LIMITED

F05: Contract notice – utilities

Notice identifier: 2022/S 000-015608

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

Published 7 June 2022, 11:26am



Section one: Contracting entity

one.1) Name and addresses

BELFAST CITY AIRPORT LIMITED

Sydenham By-pass

BELFAST

BT39JH

Contact

Judith Davis

Email

AviationSecurityTender@bca.aero

Country

United Kingdom

NUTS code

UKN06 - Belfast

Internet address(es)

Main address

www.belfastcityairport.com

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, 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

Aviation Security Tender

two.1.2) Main CPV code

  • 79710000 - Security services

two.1.3) Type of contract

Services

two.1.4) Short description

Belfast City Airport Ltd ("BCA") requires the provision of an aviation security service. This includes screening of passengers and cabin baggage, hold baggage screening, goods in screening, vehicle access, security patrolling, control room management, emergency response, fire warden and first aid duties. The service will also require the provision by the Contractor of a suitable vehicle for mobile airside patrol (such vehicle shall be subject to BCA's approval and will need to be suitable for handling rough terrain around the airport perimeter), radios and proof of presence equipment, all at the Contractor's cost and in accordance with prevailing security standards.

The services will be required 365 days per year (albeit the Airport is closed to passengers on Christmas Day), between the following hours: Summer 0400 - 2200 and Winter 0430 - 2200 (extended for exceptional circumstances to 2359).

The Contractor will be fully responsible for the day to day management of the services in accordance with all applicable legislation, regulations and codes. Without limiting the foregoing, the services must be delivered in line with chapter 11 of the Single Consolidated Direction - issue April 2022 and all equipment used is subject to BCA security manager's approval.

The Contractor will be responsible for ensuring adequate staffing levels and meeting KPIs as advised. Further details are available in the Pre-Qualification Questionnaire available on request from the contact point referred above.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 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

The services required include screening of passengers and cabin baggage, hold baggage screening, goods in screening, vehicle access, security patrolling, control room management, emergency response, fire warden and first aid duties.

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

BCA will have the option, at its discretion, to extend the Services Agreement beyond the initial period of thirty six (36) months for two further periods of twelve (12) months each


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

BCA 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