Contract notice - utilities

Information

Published

Date of dispatch of this notice: 22/10/2021

Expire date: 22/11/2021

External Reference: 2021-283922

TED Reference: 2021/S 209-548593

Contract notice - utilities

Contract notice – utilities

Supplies

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Port of Cork Company
N/A
Tivoli Terminal Building,
Cork, T23 YNT9
Tivoli Docks & Indus
IE
Contact person: Bogusia Solak-Mazur
Telephone: +353 0214625383
Fax: +353 0214276484
NUTS code:  IE053 -  South-West
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=200440&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

The Establishment of a Multiple Party Framework Agreement for the Supply, Delivery, Testing, and Commissioning of Straddle Carriers
II.1.2)

Main CPV code

34144751  -  Straddle carriers
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Contracting Entity is seeking to establish a framework agreement which will be established on foot of a competition for an initial contract for two (2) straddle carrier machines to be delivered, tested and commissioned together with relevant training (onsite and/or virtual) at the Contracting Entity’s sites. The initial contract will be awarded to the highest ranked successful tenderer shortly after the formal establishment of the framework agreement.
The Straddle Carriers must meet the minimum requirements for Machine Structural and Design as set out in the Qualification Questionnaire.
II.1.5)

Estimated total value

Value excluding VAT: 12000000.00  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:  IE053 -  South-West
Main site or place of performance:  
Cork
II.2.4)

Description of the procurement

The Contracting Entity is seeking to establish a framework agreement which will be established on foot of a competition for an initial contract for two (2) straddle carrier machines to be delivered, tested and commissioned together with relevant training (onsite and/or virtual) at the Contracting Entity’s sites. The initial contract will be awarded to the highest ranked successful tenderer shortly after the formal establishment of the framework agreement.
The Straddle Carriers must meet the minimum requirements for Machine Structural and Design as set out in the Qualification Questionnaire.
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: 12000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Entity has the option to extend by further period of two (2) years subject to a maximum of four (4) years.
For the avoidance of doubt, the Contracting Entity confirms that the period of any contracts awarded under the framework agreement may extend beyond the date of expiry of the agreement.
II.2.9)

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

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
See Qualification Questionnaire document for details which is available to download from www.etenders.gov.ie using RFT ID 201212.
II.2.10)

Information about variants

Variants will be accepted: yes
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: no
II.2.14)

Additional information

See Qualification Questionnaire document for details which is available to download from www.etenders.gov.ie using RFT ID 201212

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  3
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:  22/11/2021
Local time:  12:00
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 : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 201212.
1. Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The Contracting Entity will not accept responsibility for information relayed (or not relayed) via third parties;
2. This is the sole call for competition for this service.
3. The Contracting Entity anticipates that the value of the Framework Agreement will be within the range of €1,700,000 to €12,000,000 (excluding VAT).
4. Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition. There is a maximum upload limit of 2.14 GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped.
5. Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)
6. All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID: 201212) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response
7. This is the sole call for competition for this contract/framework.
8. The Contracting Entity will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
9. Contract award will be subject to the approval of the competent authorities.
10. It will be a condition of award that the successful tenderers are and remains tax compliant.
11. At its absolute discretion, the contracting Entity may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
12. Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
13. Without prejudice to the principle of equal treatment, the Contracting Entity is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As set out in section 7 of the European Communities (Public Authorities’ Contracts) (Review Procedures) Regulations SI 131/2010, as amended.