Contract notice - utilities

Information

Published

Date of dispatch of this notice: 11/09/2017

Expire date: 26/09/2017

External Reference: 2017-456615

TED Reference: 2017/S 175-359285

Contract notice - utilities

Cached Version

Contract notice – utilities

Supplies

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Port of Cork Company
N/A
Harbour Office
Cork
Custom House Street
IE
Contact person: STEPHANIE SHINE
Telephone: +353 214273125
NUTS code:  IE05 -  Southern
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=118445&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Port-related activities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Supply of 2 No. new/nearly new Straddle Carriers
II.1.2)

Main CPV code

34144751  -  Straddle carriers
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Tivoli Container Terminal operates with a total of 15 straddle carriers. Some (5) of these machines at present will transfer to our new Ringaskiddy Terminal, and in addition up to ten new machines will be procured period Jan 2018 – Dec 2019 in line with new Terminal civils progress. New Terminal expected to be operational 1st Quarter of 2020. Given a recent incident the number of available machines has reduced to 14 in total. This is affecting fleet redundancy and maintenance scheduling. Terminal growth is up month on month during 2017 YTD, and hence the urgency for the Port Of Cork Company to go to the market and source suitable machines available immediately. Diesel Electric Straddle Carriers with a 1 over 3 configuration will only be considered.
Machine Structural and Design requirement criteria:-
Structure and Design to comply with FEM 1.001 and other relevant European Standards
Classification of Structure U6 Q2 A6
Classification of Hoist and Travel mechanisms T6 L2 M6
II.1.5)

Estimated total value

Value excluding VAT: 2000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

34144751  -  Straddle carriers
II.2.3)

Place of performance

NUTS code:  IE05 -  Southern
Main site or place of performance:  
Cork
II.2.4)

Description of the procurement

Tivoli Container Terminal operates with a total of 15 straddle carriers. Some (5) of these machines at present will transfer to our new Ringaskiddy Terminal, and in addition up to ten new machines will be procured period Jan 2018 – Dec 2019 in line with new Terminal civils progress. New Terminal expected to be operational 1st Quarter of 2020.
Given a recent incident the number of available machines has reduced to 14 in total. This is affecting fleet redundancy and maintenance scheduling.
Terminal growth is up month on month during 2017 YTD, and hence the urgency for the Port Of Cork Company to go to the market and source suitable machines available immediately.
Diesel Electric Straddle Carriers with a 1 over 3 configuration will only be considered.
Machine Structural and Design requirement criteria:-
Structure and Design to comply with FEM 1.001 and other relevant European Standards
Classification of Structure U6 Q2 A6
Classification of Hoist and Travel mechanisms T6 L2 M6
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 2000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 2017-10-02  /  End:
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
As per the Qualification Questionnaire available to download from www.etenders.gov.ie under RFT ID 123767
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Co-financed by the European Union Connecting Europe Facility

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As per the Qualification Questionnaire available to download from www.etenders.gov.ie under RFT ID 123767
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: As per the Qualification Questionnaire available to download from www.etenders.gov.ie under RFT ID 123767
III.1.6)

Deposits and guarantees required

As per the Qualification Questionnaire available to download from www.etenders.gov.ie under RFT ID 123767
III.1.7)

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

As per the Qualification Questionnaire available to download from www.etenders.gov.ie under RFT ID 123767
III.1.8)

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

As per the Qualification Questionnaire available to download from www.etenders.gov.ie under RFT ID 123767
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As per the Qualification Questionnaire available to download from www.etenders.gov.ie under RFT ID 123767

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  2017-09-26
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 2017-09-29
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
January 2018
VI.3)

Additional information

— This contract is being concluded using the Accelerated Negotiated Procedure in accordance with Directive 2014/25/EU of the European Parliament and of the Council.
— The closing date for receipt of queries concerning this stage of the competition is 18.09.17 at 12:00 (noon Irish-time). All queries should be sent through the e-Tenders messaging facility.
— The contracting entity will not be responsible for any costs, charges or expenses incurred by applicants or tenderers in response to this competition.
— Award of the contract will be subject to the approval of the competent authorities.
— If for any reason it is not possible to conclude the contract with the successful tenderer(s) designate emerging from this competitive process, or if having concluded the contract the contracting entity decides to terminate that agreement, the contracting entity reserves the right to admit the next highest scoring tenderer on the basis of the same terms and as tendered by that party, at any time during the tender validity period.
— At its absolute discretion, the contracting entity may elect to terminate this procurement process or the concluded contract at any time.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts, Inns Quay
Dublin
7
IE