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

Hard FM and Soft FM Services Agreement

  • Cyhoeddwyd gyntaf: 21 Mai 2019
  • Wedi'i addasu ddiwethaf: 21 Mai 2019

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:
21 Mai 2019
Dyddiad Cau:
21 Mehefin 2019
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 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).

Testun llawn y rhybydd

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

Codio

Categorïau nwyddau

ID Teitl Prif gategori
50710000 Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod trydanol a mecanyddol adeiladau Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod adeiladau
50324200 Gwasanaethau cynnal a chadw ataliol Gwasanaethau cymorth cyfrifiaduron personol
90910000 Gwasanaethau glanhau Gwasanaethau glanhau a glanweithdra
90900000 Gwasanaethau glanhau a glanweithdra Gwasanaethau carthffosiaeth, sbwriel, glanhau ac amgylcheddol
90914000 Gwasanaethau glanhau maes parcio Gwasanaethau glanhau
71334000 Gwasanaethau peirianneg fecanyddol a thrydanol Gwasanaethau peirianneg amrywiol
79993000 Gwasanaethau rheoli adeiladau a chyfleusterau Amrywiol wasanaethau sy’n gysylltiedig â busnes
79993100 Gwasanaethau rheoli cyfleusterau Gwasanaethau rheoli adeiladau a chyfleusterau
90500000 Gwasanaethau sy’n gysylltiedig â sbwriel a gwastraff Gwasanaethau carthffosiaeth, sbwriel, glanhau ac amgylcheddol

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:
jonathan.rice@bca.aero
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.