Contract notice

Information

Published

Date of dispatch of this notice: 23/03/2016

Expire date: 29/04/2016

External Reference: 2016-274185

TED Reference: 2016/S 061-104602

Contract notice

Cached Version

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Port of Cork Company
N/A
Harbour Office
Custom House Street  Cork
IE
For the attention of: MARGUERITE O CONNOR
Telephone: +353 0214625383
E-mail: moconnor@portofcork.ie
Internet address(es):
General address of the contracting authority: http://www.portofcork.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/350
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=97666&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=97666&B=ETENDERS_SIMPLE
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)

Type of the contracting authority

Other: PORT
I.3)

Main activity

  • Other: PORT
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

SECURITY SERVICES FOR THE PORT OF CORK COMPANY

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No27:  Other services
    Main site or location of works, place of delivery or of performance:

    Cork

    NUTS code
    South-West (IE)
    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: 5
    Justification for a framework agreement, the duration of which exceeds four years: 

    INITIAL AWARD FOR 3 YEAR CONTRACT, SUCCESSFUL ANNUAL REVIEWS WILL DETERMINE CONTINUATION FOR A FURTHER 2 YEARS

    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT: 1100000  EUR
    Frequency and value of the contracts to be awarded:

    INITIAL CONTRACT FOR 3 YEARS. ON ANNUAL REVIEW IT MAY BE EXTENDED FOR A FURTHER 2 YEARS, SUBJECT TO ANNUAL REVIEWS EACH YEAR.

    II.1.5)

    Short description of the contract or purchase(s)

    The Port of Cork Company invites responses for the Appointment of Contract

    Security Services for the Port of Cork. This is to be an Establishment of a Single

    Party Framework. The duration of the framework agreement will be of five (5)

    years subject to satisfactory review of performance, The Port of Cork proposes

    to engage in a competitive process leading to the award of a 3 year contract,

    subject to annual review, with the option to renew for a further 2 years subject to

    satisfactory performance and annual review. Interested candidates are required

    to submit the Pre -Qualification Questionnaire. Full details of the competitive

    process are laid out in the Pre-Qualification Questionnaire.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    79710000   Security services
    Supplementary vocabulary
    75241000   Public security services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    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:

    The Port of Cork Company invites responses for the Appointment of Contract Security Services for the Port of Cork. This is to be an Establishment of a Single Party Framework. The duration of the framework agreement will be of five (5) years subject to satisfactory review of performance, The Port of Cork proposes to engage in a competitive process leading to the award of a 3 year contract, subject to annual review, with the option to renew for a further 2 years subject to satisfactory performance and annual review. Interested candidates are required to submit the Pre -Qualification Questionnaire. Full details of the competitive process are laid out in the Pre-Qualification Questionnaire.

    Estimated cost excluding VAT: 1100000  EUR
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: yes
    Number of possible renewals: 
    Range: between   1  and  2
    In the case of renewable contracts, estimated time-frame for subsequent calls for competition: 
    in months: 24
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 036 (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:

    PLEASE REFER TO PQQ

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    PLEASE REFER TO PQQ

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    PLEASE REFER TO PQQ

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: yes
    Description of particular conditions: 

    PLEASE REFER TO PQQ

    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:

    PLEASE REFER TO PQQ

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    PLEASE REFER TO PQQ

    Minimum level(s) of standards possibly required:

    PLEASE REFER TO PQQ

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    PLEASE REFER TO PQQ

    Minimum level(s) of standards possibly required:

    PLEASE REFER TO PQQ

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: yes
    Reference to the relevant law, regulation or administrative provision:

    SECURITY SERVICES

    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

    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.1.3)

    Reduction of the number of operators during the negotiation or dialogue

    Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated:  no
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    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 authority

    SECURITY SERVICES

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Time limit for receipt of requests for documents or for accessing documents: 15.04.2016 - 11:00
    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    29.04.2016 - 12:00
    IV.3.5)

    Date of dispatch of invitations to tender or to participate to selected candidates

    13.05.2016
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]

    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.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    High Court of Ireland
    High Court Central Office, Four Courts, Inns Quay
    Dublin 7
    IE
    Telephone: +353 18886000
    E-mail: highcourtcentraloffice@courts.ie
    Fax: +353 18886125
    Internet address:
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.4.3)

    Service from which information about the lodging of appeals may be obtained

    Central Office of the High Court
    Four Courts, Ground Floor (East Wing), Inns Quay
    Dublin 7
    IE
    Telephone: +353 18886000
    E-mail: highcourtcentraloffice@courts.ie
    Fax: +353 18886125
    Internet address: http://www.courts.ie