Tender

Hard FM & Soft FM Services Agreement

  • BELFAST CITY AIRPORT LIMITED

F05: Contract notice – utilities

Notice identifier: 2024/S 000-024702

Procurement identifier (OCID): ocds-h6vhtk-04881c

Published 6 August 2024, 3:29pm



Section one: Contracting entity

one.1) Name and addresses

BELFAST CITY AIRPORT LIMITED

Sydenham By-pass

BELFAST

BT39JH

Contact

Gareth Hill

Email

gareth.hill@bca.aero

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