Invitation to Tender for the Supply of a Mobile Material Handler

Contract notice - utilities

Supplies

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

Londonderry Port and Harbour Commissioners
Port Road, Lisahally
For the attention of: The Port Engineer
BT47 6FL Londonderry
UNITED KINGDOM
Telephone: +44 2871860555
E-mail:
Fax: +44 2871861168

Internet address(es):

General address of the contracting entity: http://www.londonderryport.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: Londonderry Port and Harbour Commissioners
Port Road, Lisahally
For the attention of: George Cuthbert
BT47 6FL Londonderry
UNITED KINGDOM

I.2)Main activity
Port-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:
Invitation to Tender for the Supply of a Mobile Material Handler
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Londonderry Port, Port Road, Lisahally, Londonderry, Northern Ireland.

NUTS code UKN04

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
In order to fulfil its duty to provide certain services at the Port, the Contracting Authority is inviting tenders for the provision of a mobile material handler to facilitate loading and unloading of ships alongside the quay and provide general material handling operations within the Port area, together with the provision of related services.
The successful tenderer will be responsible for manufacture, delivery, installation, commissioning and performance testing of the material handler on-site at the Port, together with the provision of training to the Contracting Authority's employees and all servicing of the material handler required within the maintenance period (as defined in the Conditions of Contract).
The material handler must provide capability to meet the dimensions of typical vessels of a minimum 6,000 tonnes dwt, but preferably up to 10,000 tonnes dwt, on any berth position along the main quay within the Port. The handler must be capable of positive handling to ensure precise, safe and accurate movements during operation in all weather conditions.
For further details, please refer to the Invitation to Tender and Conditions of Contract.
II.1.6)Common procurement vocabulary (CPV)

42410000

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: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
1 no. Mobile Material Handler to be supplied, installed and commissioned with training of operatives and servicing in accordance with the requirements set out in the Contract documents.
Estimated value excluding VAT
Range: between 750 000 and 1 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Refer to Invitation to Tender and Conditions of Contract. The Contracting Authority reserves the right to require bonds, deposits, 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:
Refer to Invitation to Tender and Conditions of Contract.
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 Contract. Alternatively the Contracting Authority may require the lead operator to take total responsibility or a consortium to form a legal entity before entering into any contract.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Refer to Invitation to Tender and Conditions of Contract.
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 the Invitation to Tender and Conditions of Contract. Any candidate found to be guilty of serious misrepresentation in providing any information required may be declared ineligible and not selected to continue with this procurement process.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to Invitation to Tender.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Please refer to Invitation to Tender.
III.2.4)Information about reserved contracts
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: no
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: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
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
4.3.2013 - 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
Duration in months: 8 (from the date stated for receipt of tender)
IV.3.7)Conditions for opening of tenders
Date: 4.3.2013 - 13:00

Place

Londonderry Port, Harbour Office, Port Road, Lisahally BT47 6FL.

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 Invitation to Tender is 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. Entry into any contract by the Contracting Authority for supply of a mobile material handler is subject to confirmation and receipt of funding for the purchase. Accordingly, bidders are required to maintain their tender open for acceptance for a period of 8 months from the date stated for receipt of tenders to enable funding to be confirmed.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Londonderry Port and Harbour Commissioners
Harbour Office, Port Road, Lisahally
BT47 6FL Londonderry
UNITED KINGDOM
E-mail:
Telephone: +44 2871860555
Internet address: www.londonderryport.com
Fax: +44 2871861656

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 award of the contract is communicated to all bidders. The standstill period provides time for unsuccessful bidders to challenge the award decision before the contract 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:
18.1.2013