Security Services at Harwich International Port.
Contract notice – utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Harwich International Port Limited
Parkeston, Essex
Contact point(s): tenders@hpuk.co.uk
CO12 4SR Harwich
UNITED KINGDOM
E-mail: tenders@hpuk.co.uk
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
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:
Security Services at Harwich International Port TC0870.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 23: Investigation and security services, except armoured car services
Main site or location of works, place of delivery or of performance: Parkeston, Harwich, Essex, CO12 4SR.
NUTS code UKH3
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
Provision of Security Services to meet the legislative, regulatory and security policy requirements of the Port and at all times meet the standards laid down by the Department for Transport Maritime Security and Resilience Division and the International Ship and Port Facility Security Code.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: no
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Uniformed security officers are required to man and operate restricted area access points, to patrol and monitor the Port with emphasis on Restricted Areas and Controlled Buildings. Gate control services includes the acceptance and release of freight units and includes data input and verification of details. Vehicle, cargo and personnel searches are required and other duties include pass office duties, traffic speed control, traffic marshalling and escorting crew and visitors to and from vessels when required. The Contractor will be required to provide Customer Service Assistants in peak periods to work alongside the Ports CSA staff for ferry and cruise operations.
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: 36 (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:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Privately financed and payment will be made in accordance with the services contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Terms of Services 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: Certificate of Incorporation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The contracting entity will carry out a financial report on companies at the pre-qualification stage of the tender process.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Evidence of similar contracts held within the last 2 years which must include experience of providing security services in a relevant environment in accordance with the standards laid down by the Department for Transport Maritime Security and Resilience Division and the International Ship and Port Facility Security Code requirements. All companies expressing an interest will be required to complete a pre-qualification questionnaire, Security Declaration and a Health and Safety 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
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:
Security Services at Harwich International Port TC0870
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time limit for receipt of tenders or requests to participate
8.4.2015 – 17:00
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
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:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The company will incorporate a minimum of 10 calendar days standstill period at the point information on the award of the contract is communicated to the tenderers. If an appeal regarding the award of a contract has not been successfully resolved the Utilities Contracts Regulations 2006 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.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
9.3.2015