Section one: Contracting entity
one.1) Name and addresses
BELFAST CITY AIRPORT LIMITED
Sydenham By-pass
BELFAST
BT39JH
Contact
Gareth Hill
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
Hard FM & Soft FM Services Agreement
two.1.2) Main CPV code
- 79993000 - Building and facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
BCA requires provision of hard and soft facilities management services and waste management services (including the provision of an asset tagging and management system) at Belfast City Airport, the anticipated starting date for which is 1 January 2025. The intention of the procurement is to appoint a single contractor to be responsible for all such services, which are summarised in the Pre-Qualification Questionnaire. The contractor will be expected to provide all equipment necessary and enter into appropriate sub-contracting arrangements. All maintenance works and services are carried out by appropriately qualified contractors and/or skilled staff and in accordance with any relevant Codes of Practice and statutory provisions using proper materials of suitable quality. The duration of the Hard FM & Soft FM Services Agreement will be 3 years, with the option to extend for two further periods of 12 months each, at BCA's discretion.
two.1.5) Estimated total value
Value excluding VAT: £4,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50324200 - Preventive maintenance services
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 71334000 - Mechanical and electrical engineering services
- 79993100 - Facilities management services
- 90500000 - Refuse and waste related services
- 90900000 - Cleaning and sanitation services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Belfast City Airport
two.2.4) Description of the procurement
BCA intends to award the contract to a single provider to manage the provision of hard facilities management services (including planned and reactive mechanical & electrical & fabric maintenance to the "Landside" and specific "Airside" areas at Belfast City Airport) and soft facilities management services (including operation of the cleaning and waste management services at the same site). The successful bidder may also be required to install (and provide maintenance and support services in respect of) an asset tagging and management system for the complete airport site. On expiry or termination of the Hard FM & Soft FM Services Agreement (however arising), BCA must be provided with a perpetual, royalty-free, sub-licensable and irrevocable licence to the system and must own all associated equipment and documentation. Alternatively, the Contractor may be required to integrate their computer aided facility management system with an alternative system proposed by BCA (the licensing and support requirements of which shall be managed by BCA).
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 provided with historic usage requirements and asked to provide costs on that basis. 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 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: £4,500,000
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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, 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.2.2) 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