Hysbysiad contract - cyfleustodau
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Belfast City Airport Ltd
Sydenham Bypass
Belfast
BT3 9JH
UK
Person cyswllt: Jonathan Rice
Ffôn: +44 2890939093
E-bost: jonathan.rice@bca.aero
NUTS: UKN10
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.belfastcityairport.com/
I.3) Cyfathrebu
Mae mynediad at y dogfennau caffael yn gyfyngedig. Gellir cael rhagor o wybodaeth yn:
http://www.belfastcityairport.com/About-Us/Tenders
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad canlynol:
Belfast City Airport
Sydenham Bypass
Belfast
BT3 9JH
UK
Person cyswllt: Jonathan Rice
E-bost: FMtender@bca.aero
NUTS: UKN06
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.belfastcityairport.com/
I.6) Prif weithgaredd
Gweithgareddau sy’n gysylltiedig â meysydd awyr
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Hard FM and Soft FM Services Agreement
II.1.2) Prif god CPV
79993000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The Contracting Authority requires provision of hard and soft facilities management services and waste management services (including the provision of an asset tagging and management system) at George Best Belfast City Airport, the anticipated starting date for which is 1.1.2020. 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 subcontracting 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 or statutory provisions using proper materials of suitable quality. The duration of the Hard FM and Soft FM Services Agreement will be 3 years, with the option to extend for 2 further periods of 12 months each, at the Contracting Authority's discretion.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 3 500 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
79993100
90500000
90900000
90910000
90914000
50324200
50710000
71334000
II.2.3) Man cyflawni
Cod NUTS:
UKN06
Prif safle neu fan cyflawni:
George Best Belfast City Airport.
II.2.4) Disgrifiad o’r caffaeliad
The Contracting Authority intends to award the contract to a single provider to manage the provision of hard facilities management services (including planned and reactive mechanical and electrical and fabric maintenance to the “Landside” and specific “Airside” areas at George Best Belfast City Airport) and soft facilities management services (including operation of the cleaning and waste management services at the same site). The successful bidder will 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 and 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.
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).
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 3 500 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 60
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
The agreement will have an intended initial period of 3 years. At that time, the Contracting Authority will have the option, at its discretion, to extend the duration for 2 further periods of 12 months each (subject to the terms of the contract).
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
As specified in the pre-qualification questionnaire.
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.4) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan
As specified in the pre-qualification questionnaire.
III.1.6) Adneuon a gwarantau sy’n ofynnol:
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.1.7) Prif amodau cyllido a threfniadau talu a/neu gyfeiriad at y darpariaethau perthnasol sy’n eu llywodraethu:
As set out in the contract documentation which will be provided to all bidders invited to take part in the negotiation process.
III.1.8) Ar ba ffurf gyfreithiol y bydd y gr?p o weithredwyr economaidd y caiff y contract ei ddyfarnu iddynt:
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.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
As set out in the contract documentation which will be provided to all bidders invited to take part in the negotiation process.
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
negodi gyda galwad am gystadleuaeth
IV.1.4) Gwybodaeth am leihau nifer yr atebion neu’r tendrwyr yn ystod negodiad neu ddeialog
Troi at weithdrefn fesul cam er mwyn mynd ati’n raddol i leihau nifer yr atebion i’w trafod neu’r tendrau i’w negodi
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
21/06/2019
Amser lleol: 12:00
IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd
Dyddiad:
28/06/2019
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir taliadau electronig
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
High Court of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
17/05/2019