Section one: Contracting entity
one.1) Name and addresses
BELFAST CITY AIRPORT LIMITED
Sydenham By-pass
BELFAST
BT39JH
Country
United Kingdom
Region code
UKN06 - Belfast
Companies House
NI016363
Internet address(es)
Main address
https://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/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/Tenders
one.6) Main activity
Airport-related activities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PRM Services Agreement
two.1.2) Main CPV code
- 63721500 - Passenger terminal operation services
two.1.3) Type of contract
Services
two.1.4) Short description
BCA 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, CAP 1228 and CAP 1228a. The Services extend from meeting passengers requiring assistance in the car park and assisting them throughout their airport 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, maintenance and cleaning of appropriate equipment, such as wheelchairs, Smax chair, aviramp and ambilifts. The Contractor will need to supply (at a minimum) three ambilifts, an aviramp, an aisle chair and a number and range of wheelchairs, together with any other equipment which the Contractor deems necessary to provide the Services. BCA 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.
two.1.5) Estimated total value
Value excluding VAT: £3,375,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33193000 - Invalid carriages, wheelchairs and associated devices
- 33196200 - Devices for the disabled
- 60170000 - Hire of passenger transport vehicles with driver
- 60400000 - Air transport services
- 63112100 - Passenger baggage handling services
- 63731000 - Airport operation services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
BCA intends to award the contract to a single provider to manage the provision of the PRM Services in the "Landside" and "Airside" areas at Belfast City Airport. The scope of services to be provided are summarised in the Pre-Qualification Questionnaire and will be provided in more detail in the Invitation to Negotiate. Qualified bidders will be asked to provide costs on the basis of labour and equipment (including maintenance) costs. Qualified bidders will have the opportunity to visit the site before submitting tenders. The estimated value of this procurement is on the basis of the maximum possible duration of the contract (being 5 years).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,375,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The agreement will have an intended initial period of 3 years. At that time, BCA will have the option, at its discretion, to extend the duration for two further periods of 12 months each (subject to the terms of the contract).
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As specified in the Pre-Qualification Questionnaire
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.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
As specified in the Pre-Qualification Questionnaire
three.1.6) Deposits and guarantees required
BCA reserves the right to require performance bonds, deposits, company guarantees, or other forms of undertaking or security to ensure proper contractual performance.
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 company guarantees before entering into any contract.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As set out in the contract documentation which will be provided to all bidders invited to take part in the negotiation process
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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
6 September 2024
Local time
12:00pm
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: 9 (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
High Court of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
Country
United Kingdom