Forum Admin

  • Posts: 3310
Belfast - Building and Facilities Management
« on: July 09, 2013, 10:13:54 am »

Title

United Kingdom-Belfast: Building and facilities management services



Publication Date

09 July 2013

OJS Ref

131/2013



Place

BELFAST

Country

UK - United Kingdom



Authority Name

BELFAST CITY AIRPORT LIMITED



Authority Type

Water, energy, transport and telecommunications sectors



Deadline

12 August 2013 @ 12 00

Original Language

EN - English 



Contract

Service contract

Procedure

Negotiated procedure



 Document

Contract notice

 Regulation

European Communities, with participation by GPA countries



CPV Codes

79993000 - Building and facilities management services
79993100 - Facilities management services
90500000 - Refuse and waste related services
90900000 - Cleaning and sanitation services
90910000 - Cleaning services
90914000 - Car park cleaning services
70330000 - Property management services of real estate on a fee or contract basis
50324200 - Preventive maintenance services
50710000 - Repair and maintenance services of electrical and mechanical building installations
71334000 - Mechanical and electrical engineering services



NUTS Codes

UKN01 - Belfast




--------------------------------------------------------------------------------




Full Details

Contract notice – utilities
Services
Directive 2004/17/EC
Section I: Contracting entity
I.1) Name, addresses and contact point(s)
Belfast City Airport Limited
Sydenham Bypass
For the attention of: Conor McConville
BT3 9JH Belfast
UNITED KINGDOM
Telephone: +44 2890939093
E-mail: conor.mcconville@belfastcityairport.com
Fax: +44 2890939094
Internet address(es):
General address of the contracting entity:
http://www.belfastcityairport.com
Further information can be obtained from: The above mentioned contact
point(s)
Specifications and additional documents (including documents for a dynamic
purchasing system) can be obtained from: The above mentioned contact
point(s)
Tenders or requests to participate must be sent to: Belfast City Airport
Limited
Sydenham Bypass
For the attention of: Chris Horner
BT3 9JH Belfast
UNITED KINGDOM
Telephone: +44 2890939093
Fax: +44 2890939094
I.2) Main activity
Airport-related activities
I.3) Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting
entities: no
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting entity:
Hard FM and Soft FM Services Agreement
II.1.2) Type of contract and location of works, place of delivery or of
performance
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance:
George Best Belfast City Airport
NUTS code UKN01
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves a public contract
II.1.5) Short description of the contract or purchase(s):
The Contracting Authority requires provision of hard and soft facilities
management services and waste management services at George Best Belfast
City Airport, the anticipated starting date for which is 1.1.2014. The
intention of the procurement is to appoint a single contractor to be
responsible for all such services, which services are detailed in the
Project Information Memorandum available on request from the above
mentioned contact point. The contractor will be expected to provide all
equipment necessary to enable it to carry out the services at the airport
site. The contractor will be expected to source sub-contractors and enter
into appropriate sub-contracting arrangements. It will be a condition of
the contract that 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 or statutory provisions using proper
materials of suitable quality.
It is currently anticipated that the Hard FM and Soft FM Services
Agreement will begin on 1.1.2014., and subject to any earlier termination
of the Hard FM and Soft FM Services Agreement in accordance with its terms
(including without limitation due to performance by the contractor), will
continue thereafter for an initial period of 3 years. The Contracting
Authority will have the option, at its discretion, to extend the Hard FM
and Soft FM Services Agreement for two further periods of 12 months each.
The exercise of the option to extend will be dependent upon the terms of
the Hard FM and Soft FM Services Agreement having been complied with in
full and further is subject to, without limitation, satisfactory
performance of the Contractor.
The Contracting Authority will require, as part of its minimum
requirements for services delivery, on-site response by the Contractor
within 1 hour of the Contracting Authority's request, to deal with any
emergency service requirement that may raise health and safety issues (the
emergency nature of such request to be determined at Belfast City
Airport's discretion).
II.1.6) Common procurement vocabulary (CPV)
79993000, 79993100, 90500000, 90900000, 90910000, 90914000, 70330000,
50324200, 50710000, 71334000
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Information about lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: yes
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
It is anticipated that the contract will begin in January 2014 and subject
to performance and the contract terms, will continue thereafter for an
initial period of 3 years. The Contracting Authority will have the option,
at its discretion, to extend the contract for up to 2 further periods of
12 months each, subject to the terms of the contract and performance of
the service provider, and the estimated value below takes this option into
account. Estimated annual contract value is therefore GBP 650 000.
Estimated value excluding VAT
Range: between 1 950 000 and 3 250 000 GBP
II.2.2) Information about options
Options: yes
Description of these options: The Contracting Authority may at its
discretion and subject to the terms of the contract and performance of the
service provider, extend the contract on two occasions for up to 12 months
each time. This option to extend may apply to all the services or to any
specific services at the sole discretion of the Contracting Authority.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) 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.
III.1.2) 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.
III.1.3) 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, the Contracting
Authority may require the parties to commit to joint and several liability
in respect of the contract. Alternatively the Contracting Authority 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.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The conditions applicable to the
contract are set out in the Project Information Memorandum, Invitation to
Negotiate and draft contract. It will be a condition of the contract that
the Contractor's staff obtain and maintain full security clearance for
working airside during the term of the contract. If any material elements
of the contract will be sub-contracted, sub-contractors must be identified
and complete the relevant sections of the Pre-Qualification Questionnaire.
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements
relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements
are met: As specified in the Pre-Qualification Questionnaire.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: The minimum standards to be met by the Contractor are specified
in full in the Pre-Qualification Questionnaire (available on request from
the contact point specified above) and include, without limitation:
(a) minimum insurance coverage in relation to employer's liability of GBP
10 000 000, public liability of GBP 5 000 000 and airside motor insurance
of GBP 5 000 000, in each case for each and every claim. All policies of
insurance will require airside liability coverage, as detailed in the PQQ;
(b) a minimum turnover threshold requirement of GBP 1 500 000 per annum in
each of the last 3 financial years.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met: The minimum standards to be met by the service provider are
specified in full in the Pre-Qualification Questionnaire.
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of
the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain
types of negotiated procedures): no
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated
in the specifications or in the invitation to tender or to negotiate
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents
(except for a DPS)
Time limit for receipt of requests for documents or for accessing
documents: ..
IV.3.4) Time limit for receipt of tenders or requests to participate
12.8.2013 - 12:00
IV.3.5) Language(s) in which tenders or requests to participate may be
drawn up
English.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European
Union funds: no
VI.3) Additional information:
The Project Information Memorandum and Pre-Qualification Questionnaire are
available on request from the contact point set out in section 1 of this
notice. The costs of responding to this OJEU notice and participation in
the procurement will be borne by each bidder. All discussions and
correspondence will be deemed strictly subject to contract until the
formal contract is entered into. The formal contract shall not be binding
until it has been signed and dated by the authorised representatives of
both parties. Bidders that satisfy the requirements of the
Pre-Qualification process will be afforded the opportunity of a site visit
to inspect the areas in which the services are currently provided. Further
details will be confirmed by the Contracting Authority in due course. The
Transfer of Undertakings (Protection of Employment) Regulations and/or the
Service Provision Change (Protection of Employment) Regulations 2006 may
apply to the staff/operatives currently engaged in the provision of the
services. Further information will be provided at the invitation to
negotiate stage of this process. Bidders are required to seek their own
advice, make their own investigations and include for this if applicable
in their tender responses.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
Please refer to section V1.4.2 of this notice
VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting
Authority will incorporate a minimum 10 calendar day standstill period at
the point information on award of the contract is communicated to all
bidders. The standstill period provides time for unsucessful bidders to
challenge the award decision before the contract is entered into. The
Utilities Contract Regulations 2006 (as amended) provide for aggrieved
parties who have been harmed or are at risk of harm by a breach of the
rules to take action in the High Court (Northern Ireland).
VI.5) Date of dispatch of this notice:
4.7.2013