Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Aviation Security Tender.

  • Cyhoeddwyd gyntaf: 28 Ionawr 2015
  • Wedi'i addasu ddiwethaf: 28 Ionawr 2015

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Belfast City Airport Limited
ID Awudurdod:
AA20378
Dyddiad cyhoeddi:
28 Ionawr 2015
Dyddiad Cau:
13 Chwefror 2015
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Contracting Authority 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. In addition car park officers which includes driving BCA's minibus for passengers and car park equipment first line maintenance (such first line maintenance includes day-to-day issues only, such as ticket jams, cleaning printer heads and barrier problems, and does not require technical expertise). 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 364 days per year (closed Christmas Day), between the following hours: Summer 4:30-22:00 and Winter 5:00-22:00 (extended for exceptional circumstances to 23:59).

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 Aug 14 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 Project Information Memorandum and Pre-Qualification Questionnaire available on request from the contact point referred above.

Testun llawn y rhybydd

HYSBYSIAD O GONTRACT - CYFLEUSTODAU

Adran I: Endid Contractio

I.1)

Enw, Cyfeiriad a Phwynt(iau) Cyswllt


Belfast City Airport Limited

Sydenham Bypass

Belfast

BT3 9JH

UK

Judith Davis

+44 2890939093

judith.davis@belfastcityairport.com

+44 2890939094

http://www.belfastcityairport.com


Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio

I.2)

Prif weithgaredd neu weithgareddau'r endid contractio

Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch wedi'i dicio

Adran II: Amcan y Contract

II.1)

Disgrifiad

II.1.1)

Teitl a roddwyd i'r contract gan yr endid contractio

Aviation Security Tender.

II.1.2(a))

Math o gontract gwaith

II.1.2(b))

Math o gontract cyflenwadau

II.1.2(c))

Math o gontract gwasanaeth

23

II.1.2)

Safle neu leoliad y gwaith, man cyflawni neu berfformio

George Best Belfast City Airport.


Cod NUTS  UKN01

II.1.3)

Mae'r hysbysiad hwn yn ymwneud â

Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio

II.1.4)

Gwybodaeth am gytundeb fframwaith (os yw'n berthnasol)

Blwch heb ei dicio
Blwch heb ei dicio

Nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith

Hyd y cytundeb fframwaith

Amcangyfrif o gyfanswm gwerth pryniannau yn ystod cyfnod llawn y cytundeb fframwaith

Amlder y contractau a ddyfernir

II.1.5)

Disgrifiad byr o'r contract neu'r pryniant/pryniannau

The Contracting Authority 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. In addition car park officers which includes driving BCA's minibus for passengers and car park equipment first line maintenance (such first line maintenance includes day-to-day issues only, such as ticket jams, cleaning printer heads and barrier problems, and does not require technical expertise). 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 364 days per year (closed Christmas Day), between the following hours: Summer 4:30-22:00 and Winter 5:00-22:00 (extended for exceptional circumstances to 23:59).

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 Aug 14 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 Project Information Memorandum and Pre-Qualification Questionnaire available on request from the contact point referred above.

II.1.6)

Geirfa Gaffael Gyffredin (CPV)

79710000

II.1.7)

Contract wedi'i gwmpasu gan Gytundeb Caffael y Llywodraeth (GPA)

Blwch wedi'i dicio

II.1.8)

Rhannu'n lotiau

Na

II.1.9)

A gaiff cynigion amrywiadol eu derbyn?

Ie

II.2)

Maint neu Gwmpas y Contract

II.2.1)

Cyfanswm maint neu gwmpas

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 3 years from its commencement. The Contracting Authority will have the option, at its discretion, to extend the Services Agreement for two further periods of 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. The estimated annual contract value is 2 000 000 GBP.

10 000 000
GBP

II.2.2)

Opsiynau

The Contracting Authority may, at its discretion and dependent upon the terms of the Services Agreement having been complied with in full and, without limitation, satisfactory performance of the Contractor, extend the Services Agreement for 2 further periods of 12 months each.

Amserlen dros dro ar gyfer defnyddio'r opsiynau hyn

36

Nifer yr adnewyddiadau posibl

Yn achos contractau adnewyddadwy, amserlen amcangyfrifedig ar gyfer galwadau dilynol am gystadleuaeth:

Adran III: Gwybodaeth Gyfreithiol, Economaidd, Ariannol a Thechnegol

III.1)

Amodau sy'n ymwneud â'r contract

III.1.1)

Adneuon a gwarantau sydd eu hangen

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)

Prif Delerau ariannu a thalu a/neu gyfeiriad at y darpariaethau perthnasol

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)

Y ffurf gyfreithiol i'w chymryd gan y grŵp o gyflenwyr, contractwyr neu ddarparwyr gwasanaeth y caiff y contract ei ddyfarnu iddo

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)

Amodau penodol eraill y mae perfformiad y contract yn ddarostyngedig iddynt

The conditions applicable to the contract are set out in the Pre-Qualification Questionnaire, Project Information Memorandum, Invitation to Negotiate and draft contract. It will be a condition of the contract that the successful bidder's staff obtain and maintain full security clearance for working airside during 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)

Amodau ar gyfer Cymryd Rhan

III.2.1)

Sefyllfa bersonol cyflenwyr, contractwyr neu ddarparwyr gwasanaeth


As specified in the Pre-Qualification Questionnaire.

III.2.2)

Capasiti economaidd ac ariannol


The minimum standards to be met by the bidder are specified in full in the Pre-Qualification Questionnaire (available upon request from the contact point specified above) and include, without limitation, minimum insurance requirements of:

(a) public liability insurance — 5 000 000 GBP in the aggregate;

(b) airside public liability insurance — 20 000 000 GBP in the aggregate; and

(c) employer's liability insurance — 10 000 000 GBP in the aggregate.


III.2.3)

Capasiti technegol


The minimum standards to be met by the successful bidder are specified in full in the Pre-Qualification Questionnaire.


III.2.4)

Contractau sydd wedi'u cadw

Blwch heb ei dicio
Blwch heb ei dicio

III.3)

Amodau sy'n Benodol i Gontractau Gwasanaeth

III.3.1)

A gaiff y gwaith o ddarparu'r gwasanaeth ei gadw ar gyfer proffesiwn penodol?

Na

III.3.2)

A fydd yn ofynnol i endidau cyfreithiol nodi enwau a chymwysterau proffesiynol y personél a fydd yn gyfrifol am weithredu'r contract?

Ie

Adran IV: Gweithdrefn

IV.1)

Math o Weithdrefn


Blwch heb ei dicio Blwch heb ei dicio
Blwch wedi'i dicio Na

IV.2)

Meini Prawf Dyfarnu

Na

Ie
Na

IV.2.2)

Defnyddir arwerthiant electronig

Na

IV.3) Gwybodaeth Weinyddol

IV.3.1)

Rhif cyfeirnod a roddwyd i'r hysbysiad gan yr endid contractio

IV.3.2)

Cyhoeddiad blaenorol sy'n ymwneud â'r un contract

Blwch heb ei dicio
Blwch heb ei dicio


Cyhoeddiadau blaenorol eraill

IV.3.3)

Amodau ar gyfer cael dogfennau contract a dogfennau ychwanegol



 


IV.3.4)

Terfyn amser ar gyfer derbyn tendrau neu geisiadau i gymryd rhan

  13 - 02 - 2015   12:00

IV.3.5)

Yr iaith neu'r ieithoedd y gellir ei/eu defnyddio i lunio tendrau neu geisiadau i gymryd rhan

Blwch wedi'i dicio     

IV.3.6)

Isafswm y cyfnod y mae'n rhaid i'r cynigiwr gadw ei dendr 

IV.3.7)

Amodau ar gyfer agor tendrau




Adran VI: Gwybodaeth Ategol

VI.1)

Nodwch a yw'r Broses Gaffael hon yn digwydd yn Rheolaidd a rhowch amcangyfrif o pryd y caiff hysbysiadau pellach eu cyhoeddi

VI.2)

A yw'r contract yn ymwneud â Phrosiect/Rhaglen a ariennir gan Gronfeydd Cymunedol?

Na



VI.3)

Gwybodaeth Ychwanegol

This contract notice relates to a Part B services procurement under the Utilities Contracts Regulations 2006 (as amended) which is being advertised by the Contracting Authority in OJEU on a voluntary basis. The Pre-Qualification Questionnaire and Project Information Memorandum are available on request from the contact point set out in Section 1 of this notice. All costs of responding to this notice and participating 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 contract will 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 offered the opportunity of a site visit to inspect the areas in which services are currently provided. Further details will be provided 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. Further information is included in the Project Information Memorandum.

Each bidder must maintain the validity of its tender open for acceptance for a period of 6 months from the deadline for receipt of tenders.

VI.4)

Gweithdrefnau ar gyfer apelio

VI.4.1)

Corff sy'n gyfrifol am weithdrefnau apelio


Please refer to section V1.4.2) of this notice








Corff sy'n gyfrifol am weithdrefnau cyfryngu










VI.4.2)

Cyflwyno apeliadau


The Contracting Authority will incorporate a voluntary 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 unsuccessful 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.4.3)

Gwasanaeth y gellir cael gwybodaeth ynglŷn â chyflwyno apeliadau oddi wrtho










VI.5)

Dyddiad yr anfonwyd yr Hysbysiad hwn

  23 - 01 - 2015

Codio

Categorïau nwyddau

ID Teitl Prif gategori
79710000 Gwasanaethau diogelwch Gwasanaethau ymchwilio a diogelwch

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
N/a
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.