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 |
Conor McConville |
+44 2890939093 |
conor.mcconville@belfastcityairport.com |
+44 2890939094 |
http://www.belfastcityairport.com
|
|
|
|
|
|
|
|
|
|
I.2)
|
Prif weithgaredd neu weithgareddau'r endid contractio
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Adran II: Amcan y Contract
|
II.1)
|
Disgrifiad
|
II.1.1)
|
Teitl a roddwyd i'r contract gan yr endid contractio
Hard FM and Soft FM Services Agreement
|
II.1.2(a))
|
Math o gontract gwaith
|
II.1.2(b))
|
Math o gontract cyflenwadau
|
II.1.2(c))
|
Math o gontract gwasanaeth
1 |
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
|
|
|
|
|
|
|
II.1.4)
|
Gwybodaeth am gytundeb fframwaith (os yw'n berthnasol)
|
|
|
|
|
|
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 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)
|
Geirfa Gaffael Gyffredin (CPV)
|
|
|
|
79993000 |
|
|
|
|
|
II.1.7)
|
Contract wedi'i gwmpasu gan Gytundeb Caffael y Llywodraeth (GPA)
|
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 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.
|
|
1 950 0003 250 000 GBP |
II.2.2)
|
Opsiynau
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.
|
|
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:
|
II.3)
|
Hyd y contract neu derfyn amser ar gyfer ei gwblhau
36 |
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 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)
|
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 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)
|
Capasiti technegol
The minimum standards to be met by the service provider are specified in full in the Pre-Qualification Questionnaire.
|
III.2.4)
|
Contractau sydd wedi'u cadw
|
|
|
|
|
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
|
|
|
|
|
|
|
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
|
|
|
|
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
12
- 08
- 2013
12:00 |
IV.3.5)
|
Yr iaith neu'r ieithoedd y gellir ei/eu defnyddio i lunio tendrau neu geisiadau i gymryd rhan
|
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
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)
|
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 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.4.3)
|
Gwasanaeth y gellir cael gwybodaeth ynglŷn â chyflwyno apeliadau oddi wrtho
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dyddiad yr anfonwyd yr Hysbysiad hwn
04
- 07
- 2013 |
ATODIAD A
Cyfeiriadau a Phwyntiau Cyswllt Ychwanegol
|
III)
|
Cyfeiriad a phwynt cyswllt ar gyfer anfon Tendrau/Ceisiadau i Gymru Rhan
Belfast City Airport Limited |
Sydenham Bypass |
Belfast |
BT3 9JH |
UK |
Chris Horner |
+44 2890939093 |
|
+44 2890939094 |
|
|