By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Procurement of Fire Vehicles.

Contract notice - utilities

Supplies

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: Seamus MacMahon
BT3 9JH Belfast
UNITED KINGDOM
Telephone: +44 2890935131
E-mail:

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: The above mentioned contact point(s)

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:
Procurement of Fire Vehicles.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
A combination of these
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 the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT
Range: between 795 000 and 2 385 000 GBP
Frequency and value of the contracts to be awarded: The Contracting Authority wishes to enter into a framework agreement with a single provider under which the Contracting Authority may (but does not give any commitment or undertaking to do so by entering into the framework agreement) purchase or lease up to 3 aerodrome rescue and fire-fighting foam producing vehicle(s). The Contracting Authority also may (but does not give any commitment or undertaking to do so by entering into the framework agreement) purchase training, maintenance and support services and supply of spare parts from the successful bidder, and the range in scope of estimated value above reflects the potential variation in the Contracting Authority's requirements from potential (but not committed) purchase of one vehicle (including whole life maintenance) to potentially up to three vehicles (and whole life maintenance for each of the vehicles). In each case the whole life maintenance is estimated to be a period of 15 years from the date of successful commissioning of the vehicles.
II.1.5)Short description of the contract or purchase(s):
This procurement relates to the potential supply of aerodrome rescue and fire-fighting foam producing vehicles(s) to the Contracting Authority under the terms of a framework agreement.
The Contracting Authority wishes to enter into the framework agreement with a single provider, which framework agreement sets out the terms upon which the Contracting Authority may (but does not commit or give any undertaking to do so) purchase or lease up to 3 aerodrome rescue and fire-fighting foam-producing vehicles ("Vehicles”) and purchase training, maintenance and support services and supply of spare parts. It is currently anticipated that the framework agreement will, subject to any earlier termination in accordance with its terms, continue for a period of four (4) years from commencement. The Contracting Authority may call off purchase/leasing of Vehicles and supply of services under the terms of the framework agreement by way of a call-off agreement that sets out the commercial terms of each purchase ("Call-Off Agreement”). Each Call-Off Agreement (if any) will be entered into in accordance with the process described in, and the terms of, the framework agreement. It is anticipated currently that any Call-Off Agreement entered into during the term of the framework agreement will continue for the whole life of the Vehicles and require whole life maintenance (estimated to be a period of 15 years from the date of successful commissioning of the Vehicle(s)).
Further details are available in the Project Information Memorandum and Pre-Qualification Questionnaire available on request from the contact point referred to above.
II.1.6)Common procurement vocabulary (CPV)

34144210, 34144213, 35112000, 50100000, 50110000

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:
II.2.2)Information about options
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: 48 (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, retention 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 framework agreement. 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 framework agreement.
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 framework agreement are set out in the Pre-Qualification Questionnaire, Project Information Memorandum, Invitation to Negotiate and draft framework agreement. It will be a condition of the framework agreement that the successful bidder's staff obtain and maintain full security clearance for working airside during the term of the framework agreement. If any material elements of the framework agreement 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 bidder are specified in full in the Pre-Qualification Questionnaire (available on request from the contact point specified above) and include, without limitation: minimum insurance coverage in relation to: (a) Employer's liability insurance of GBP 10 million (each and every claim); (b) Public liability insurance of GBP 5 million (each and every claim); (c) product liability insurance of GBP 10 million (each and every claim); and (d) airside liability insurance of GBP 20 million (each and every claim).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: The minimum standards to be met by the successful bidder are specified in full in the Pre-Qualification Questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

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.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
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
20.12.2013 - 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders

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 Pre-Qualification Questionnaire and Project Information Memorandum 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 framework agreement is entered into. Bidders should note that only once the Contracting Authority has entered into a Call-Off Agreement under the framework agreement will there be a binding commitment to purchase any Vehicles and/or services. The framework agreement 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 may be offered the opportunity of a site visit to inspect the Contracting Authority's current vehicles and the areas in which associated services are required. Further details will be provided by the Contracting Authority in due course. Bidders should note that continued whole life maintenance of the existing fleet of vehicles does not form part of this procurement and will continue to be carried out by the existing supplier.
All bidders must maintain the validity of their tender for 6 months from the date stated for receipt of the tender.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Please refer to section VI.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 the award of the framework agreement is communicated to all bidders. The standstill period provides time for unsuccessful bidders to challenge the award decision before the framework agreement is entered into. The Utilities Contracts 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)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
27.11.2013