harbour mobile crane tender

35
July 2016 Harbour Mobile Crane Tender Invitation to Negotiate OJEU Reference: [2016/S 141 - 255082] BELFAST HARBOUR COMMISSIONERS

Upload: others

Post on 30-Apr-2022

8 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Harbour Mobile Crane Tender

July 2016

Harbour Mobile Crane Tender

Invitation to Negotiate

OJEU Reference: [2016/S 141 - 255082]

BELFAST HARBOUR COMMISSIONERS

Page 2: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 1

BELFAST HARBOUR COMMISSIONERS

HARBOUR MOBILE CRANE TENDER

INVITATION TO NEGOTIATE

NOTE:

Tender responses must be completed as per the enclosed Invitation to Negotiate

instructions.

Any queries must be sent to the contact address given in section 6 of this Invitation to

Negotiate by the deadline specified.

Three (3) hard copies of your tender response (one original and two photocopies)

must be submitted in accordance with the instructions in this Invitation to Negotiate

by no later than 12pm on [Date to be confirmed] addressed to Belfast Harbour

Commissioners’ Financial Controller at the address given in section 5.2 of this

Invitation to Negotiate.

Page 3: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 2

CONTENTS

1. Introduction

1.1 Invitation to Negotiate

1.2 About BHC

1.3 Purpose and Scope of this Invitation to Negotiate

2. Background to the Requirement

3. Outline of Requirements

4. Summary of the Tender Timetable

5. Submission Requirements

5.1 Preparation of Response

5.2 Format and Submission of Response

6. Queries

7. Evaluation

8. Terms applicable to this Invitation to Negotiate

Appendices

1. Forms and Certificates

2. Specification

3. Quality Questionnaire

4. Pricing Questionnaire

5. Minimum Contract Terms

Page 4: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 3

INTRODUCTION

1.1. INVITATION TO NEGOTIATE

This Invitation to Negotiate has been issued by Belfast Harbour Commissioners (BHC) in

connection with a competitive procurement for award of a contract being conducted in

accordance with the negotiated procedure applicable under the Utilities Contracts Regulations

2016 (Regulations).

This Invitation to Negotiate relates to the project advertised by BHC and dispatched to OJEU

on 20 July 2017.

1.2. ABOUT BHC

Belfast Harbour Commissioners (BHC) was first constituted by The Belfast Harbour Act

1847 as a statutory corporation with the underlying purpose of operating, maintaining and

improving Belfast Harbour. The powers and duties of BHC are limited to those conferred by

the various Belfast Harbour Acts and Orders 1847-2002, and any relevant public general Acts

such as the Harbours’ Act (NI) 1970. The day to day operation of Belfast Harbour is

managed by a senior executive team who report to BHC.

Belfast Harbour is Northern Ireland's principal maritime gateway and logistics hub, serving

the Northern Ireland economy and increasingly that of the Republic of Ireland. Around 70%

of Northern Ireland's and 20% of the entire island's seaborne trade is handled at the Harbour

each year. Annually Belfast Harbour handles approximately 5,500 ship arrivals of which a

substantial proportion were daily scheduled services. Further background information may be

obtained from BHC’s website at www.belfast-harbour.co.uk.

BHC's aim is to identify a provider as a partner who can design, deliver and (if required)

support and service the crane (and provide spare parts) to operate within the Harbour under

the conditions described herein, to meet BHC’s requirements outlined in this ITN and add

value in ensuring effective management of the Harbour’s operations.

1.3 PURPOSE AND SCOPE OF THIS INVITATION TO NEGOTIATE

The purpose of this Invitation to Negotiate is to:

explain to shortlisted bidders the timetable and process for the procurement;

set out the requirements and provide details of the commercial and technical

provisions required by BHC and to elicit a response outlining bidders’ proposals to

meet those provisions;

provide bidders with sufficient information to enable them to respond fully to this

Invitation to Negotiate; and

set out the evaluation criteria that will be used to evaluate the responses, and to

identify the most economically advantageous tender.

The purpose of the procurement is to identify the solution and bidder that can best meet

BHC’s needs and objectives for this project.

BHC's aim is to identify a provider as a partner who can design, deliver and (if required)

support and service the harbour mobile crane (and provide spare parts) to operate within the

Harbour under the conditions described herein, to deliver a cost effective solution and meet

Page 5: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 4

BHC’s requirements outlined in this ITN and add value in ensuring effective management of

the Harbour’s operations.

Page 6: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 5

2. BACKGROUND TO THE REQUIREMENT

This procurement relates to the supply of a harbour mobile crane (“Crane”) to BHC.

BHC has attached, at Appendix 5 to this ITN, a draft contract which BHC proposes shall

govern supply of the Crane and any associated parts, servicing and support services

("Contract").

Bidders are required to carefully review the terms of the Contract and, on or before [Date to

be confirmed] to submit to BHC all of their Contract Comments in accordance with the

provisions of this paragraph. Such Contract comments are to be made by way of submission

of a table in the form set out below identifying all clauses upon which the bidder would like

to comment, the bidder's proposed amendment to the relevant clause and the rationale for the

proposed amendment.

The bidder may also use this table to make any general Contract comments by inserting

"General Comment" in the "Clause no." column and detailing its comments and proposed

amendment in the "Proposed amendment" column.

Contract comments table.

Clause no.

Proposed amendment

Rationale for proposed

amendment/comment

Bidders should note that BHC does not anticipate that bidders will propose many or

significant amendments to the Contract.

Upon receipt, all Contract comments shall be sent to BHC's legal advisors for review. BHC

may, following such review, prepare a revised draft of the Contract against which bidders

will be required to submit their tender response. Bidders should note that BHC does not

provide any commitment or guarantee that it will make any amendments to the Contract

following receipt of bidders' comments.

Once the tender process has been concluded and the successful bidder identified, BHC will

finalise the terms of the Contract in conjunction with the successful bidder. At this stage, any

further amendments proposed to the Contract will be entirely at BHC's discretion and bidders

should note that BHC will not accept any material changes (taking into account the

requirements of Regulation 88 of the Utilities Contracts Regulations 2016) to the Contract at

such point. In the event that negotiations with the successful bidder in concluding the

Contract are unsuccessful for any reason, BHC reserves the right to approach, and commence

negotiations with, the second (or indeed any other lower ranking bidder) to conclude the

tender process. Until such time as BHC enters into a written contract, all discussions and

negotiations shall be deemed strictly "subject to contract".

Page 7: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 6

3. OUTLINE OF REQUIREMENTS

This Invitation to Negotiate relates to purchase by BHC of a new four rope harbour mobile

crane, to be used in the unloading of grains, animal feedstuffs, coal, stone and other dry bulk

materials from ocean going vessels into rail mounted hoppers or directly onto the quay.

Bidders should note that it is BHC's preference that the crane is delivered and commissioned

by the successful bidder within 3 months of confirmation of order.

The crane must derive its electrical energy from a diesel driven generator incorporated in the

machinery house at Belfast Harbour Estate. Provision should also be made for the crane to be

supplied electrical energy from a high voltage supply for both 6.6kV or 11kV at 50Hz. (The

existing supply on the quays is 6.6kV, but to allow for future upgrade the high voltage

connection should allow an 11kV connection with no upgrade to hardware.) The crane should

also be equipped with an auxiliary power supply on cable reel connection to allow plant to be

powered from the crane during operations.

The crane will have an outreach of at least 12 metres to 44 metres and will have a heavy

lifting capacity of at least 100 tons. During normal grab operations the crane should have a

lift capacity of at least 40 tons (including the grab weight) at 32 metres.

The crane will be required to operate on various quays and other locations in the Belfast

Harbour Estate and must be capable of travelling on the roads around the Belfast Harbour

site. The maximum load per wheel must not be more than 15 tons per wheel with an outrigger

loading no greater than 130 kN/m2.

Attention is drawn to the need to provide an efficient means of lowering the jib and allowing

the crane to travel with the jib in the lowered position if it becomes necessary to negotiate

height restrictions.

The crane shall have a diesel fuel tank not less than 6,000 litres capacity and have a fuel

consumption of not more than 50 litres per hour. It must also be capable of being re-fuelled

from the ground.

The crane shall be capable of being programmed for different loading and luffing

configurations as might be required for different quay loadings on different quays.

BHC is seeking the shortest overall delivery programme (subject to BHC being reasonably

satisfied that the delivery programme is achievable) and for operational reasons, BHC's

preference is a maximum lead time for delivery and commissioning of the crane of 3 months

from order confirmation by BHC. Both within and outside the warranty period, anticipated to be a minimum of two (2) years

from handover, BHC must be able to call upon the successful bidder to attend the harbour to

provide on-site technical assistance within the next working day following such a request. Bidders should note that, in relation to the duration of the contract, there is an option for a 25

year maintenance and servicing contract with the successful bidder, but this is an option only

at this stage. BHC may, but gives no commitment that it shall, purchase parts, spares

packages, support and/or servicing from the successful bidder during this period.

Bidders are also referred to the Specification and the Contract, which contain further details

of BHC’s performance and functional requirements for the Crane.

Page 8: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 7

Bidders are strongly advised to review the Contract in conjunction with this ITN, in particular

when completing the Appendices attached to this ITN.

4. SUMMARY OF THE TENDER TIMETABLE

This Invitation to Negotiate, provided to bidders on [date to be confirmed], sets out the

estimated timescales under which the tender will be conducted.

The current timetable for the negotiation is as follows:

Matter Date(s)

Issue of Invitation to Negotiate to bidders [8 August 2016]

Site Visit by bidders (if requested) [date to be confirmed]

Contract comments submissions date [date to be confirmed]

Review of Contract comments by BHC and advisors [date to be confirmed]

Issue of further draft Contract (if applicable) [date to be confirmed]

Deadline for return of responses to Invitation to Negotiate [date to be confirmed]

Reference Visit by BHC [date to be confirmed]

Best and Final Offer (if applicable) [date to be confirmed]

Contract award [date to be confirmed]

Standstill expires [date to be confirmed]

Contract commencement [date to be confirmed]

Bidders are being offered the opportunity to conduct a site visit at Belfast Harbour during the

week commencing [date to be confirmed] to visually inspect the area in which the Crane will

be situated and operate. If bidders wish to avail of this opportunity, they should email

[email protected].

Bidders are reminded that BHC reserves the right to amend the indicative timetable set out

above or extend or reduce any time period.

Page 9: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 8

5. SUBMISSION REQUIREMENTS

5.1 Preparation of Response

Bidders must submit a response for all of BHC’s requirements outlined in this Invitation to

Negotiate. Partial responses will not be accepted.

Each bidder shall be deemed to have satisfied itself before submitting its response as to the

accuracy and sufficiency of the prices stated in its response which shall (except insofar as

expressly stated otherwise in the Contract) cover all of the successful bidder’s obligations

under the Contract. Each bidder shall be deemed to have obtained for itself all necessary

information as to risks and any other circumstances which might reasonably influence or

affect the bidder’s response. It is the responsibility of bidders, to obtain for themselves, at

their own expense, any additional information necessary for the preparation of their

responses.

Bidders must submit their Contract comments in the table format referred to in section 2

above. All comments should be comprehensive and clear and contain cross-references to

other relevant responses or to particular contract clauses where appropriate. Once completed,

the Contract comments should be returned by email to [email protected].

Bidders are reminded that the closing date for receipt of Contract comments is [Date to be

confirmed]. Responsibility for timely submission of both Contract comments and tender

responses rests solely with the bidder.

Please note that Contract comments received after the closing date and time specified above

will be rejected. Contract comments must be fully compliant with the requirements. Contract

comments will be rejected if the required information is not given at the time of submission.

All responses must be submitted in accordance with the instructions specified herein. Please

note that any qualification of responses may result in the rejection of that response.

Responses, including all prices, are required to be kept open for acceptance for a period of 6

months from the closing date for receipt of responses. Responses from consortiums are

acceptable. Subject to the status and involvement of the parties, BHC may require the parties

to commit to joint and several liability under the contract. Alternatively BHC may expect the

lead operator to take total responsibility or to require a consortium to form a legal entity

before entering into the contract. Where a bidder proposes to sub-contract any of the

requirements, this must be indicated in the response and approved by BHC. If such approval

is given, the bidder shall remain fully responsible as the prime contractor for the acts and

omissions of all sub-contractors.

Page 10: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 9

5.2 Format and Submission of Response

The following documents are attached to this Invitation to Negotiate and must be completed

or responded to in full (as appropriate) by bidders as forming their response: (a) Quality

Questionnaire (Appendix 3); (b) Pricing Questionnaire (Appendix 4); and (c) Forms and

Certificates (Appendix 1). Bidders are advised that no information, other than that requested

above or otherwise set out in this Invitation to Negotiate will be evaluated as part of this

tender process.

Bidders must also confirm that the information provided in response to the Pre-Qualification

Questionnaire is, as at the date of submission of their tender response, complete and accurate.

If there has been any change to any of the information previously provided in response to the

Pre-Qualification Questionnaire, including, without limitation, to the consortium or sub-

contracting details previously submitted, bidders must provide full details of such change(s)

for BHC's consideration. Bidders are reminded of the requirements of the Pre-Qualification

Questionnaire in terms of submission and assessment of such information.

Bidders must submit three (3) hard copies of their responses, as follows: one (1) original and

two (2) photocopies.

The responses must be sent to BHC’s Financial Controller, no later than midday on [Date to

be confirmed] at the address below.

The envelope containing the response must not carry any identifying mark which would

reveal the bidder’s identity. The envelope containing the response must be labelled with

“Harbour Mobile Crane Tender ITN”. Responses submitted by post should be registered or

sent by recorded delivery. An official receipt must be obtained for the response documents if

delivered in person, including by courier service. Responses submitted by fax or electronic

mail will not be considered.

BHC does not accept any responsibility for the premature opening or mishandling of

responses that are not submitted in accordance with these instructions.

Response return address:

FAO: Financial Controller

Belfast Harbour Commissioners

Harbour Office

Corporation Square

Belfast

BT1 3AL

Responsibility for the timely submission of completed response rests solely with the

bidder. Please note that responses received after the closing date and time identified

above will be rejected.

Responses sent by post should be sent by recorded delivery. If responses are delivered by

hand, an official receipt should be obtained. Completed responses may be submitted at any

time before the closing time and date. BHC does not accept responsibility for the premature

opening or mishandling of envelopes that are not submitted in accordance with these

instructions.

Page 11: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 10

All Forms and Certificates attached at Appendix 1 must be completed or typed in black ink

and signed and a full copy returned with each response.

Your response should be submitted in Arial 10 format, single spacing.

BHC is not obliged to consider or accept alternative offers that do not comply with the terms

of this Invitation to Negotiate. Responses will be rejected if the complete information

requested is not given at the time of tendering, subject to BHC’s discretion to seek

clarification.

All responses and related submissions must be in the English language.

All prices included in the responses must be exclusive of VAT and in pounds sterling.

Responses must be fully compliant with the requirements. Responses may be rejected if the

required information is not given at the time of submission. If after contacting the point of

contact detailed above the bidder still considers modifications to be necessary, these should

be detailed separately in the bidder’s response.

Bidders are advised that no information, other than that requested in this Invitation to

Negotiate, will be evaluated.

Page 12: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 11

6. QUERIES

Bidders may not address queries to, or communicate with, BHC other than in the manner

provided in this section. Any queries arising from this Invitation to Negotiate which may

have a bearing on bidders' submissions should be raised in writing with BHC by email to

[email protected] by no later than 5pm on [Date to be confirmed].

All such queries received, together with replies and clarifications on the points raised, may be

circulated anonymously to all bidders who have pre-qualified. This will be done by email and

therefore bidders should inform BHC if there are any changes to the email addresses

submitted to which such replies and clarifications should be sent. Failure to do so may result

in bidders not receiving such information and BHC shall not be liable in any such event.

The basic starting point for BHC in respect of the sharing of information is that all questions

and requests for clarification or further information, and the corresponding responses, will be

circulated to all bidders. Therefore, should bidders wish to avoid such disclosure (for

example, on the basis that the request or response contains commercially confidential

information or may give another bidder a commercial advantage) the request must be clearly

marked "In confidence - not to be circulated to other bidders" and the bidder must set out

the reason(s) for the request for non-disclosure to other bidders.

If BHC considers that, in the interests of open and fair competition, it is unable to respond to

the question or request for clarification or further information on a confidential basis, it will

inform the bidder who has submitted it. The bidder must, as soon as practicable thereafter,

respond in writing (or email) requesting that either the query be withdrawn or treated as not

confidential. BHC will deem that the question or request for clarification or further

information has been withdrawn if BHC is not contacted in writing within 2 business days

following the bidder being so informed.

BHC does not accept responsibility for any communications issued by it which are missed or

not received by a bidder or for communications issued by bidders which are not received by

BHC.

Page 13: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 12

7. EVALUATION

This negotiated process will be conducted to ensure that responses are evaluated fairly, in

accordance with the requirements of the Utilities Contracts Regulations 2016, to ascertain the

most economically advantageous tender, on the basis of 60% quality and 40% price. Please

note that further sub-criterion and weightings are applied against these criterion, as detailed

below.

Where any requirements in this Invitation to Negotiate are not stated as being scored or

weighted, they are considered by BHC to be mandatory requirements, and must be completed

for the bidder to remain in the tender process.

Please note that if a bidder’s circumstances change significantly from the position stated in its

response prior to Contract award, this may lead to that bidder no longer being able to

participate in the process. A bidder must inform BHC promptly in writing if there has been

any change to the information provided by the bidder or if there has been any change in

control, composition or membership of its organisation or consortium members subsequent to

its expression of interest in this tender process. BHC reserves the right to disqualify a bidder

from the procurement process as a result of any such change.

Each response will be evaluated based on the information and explanations provided in

bidder’s responses and clarifications (where clarifications are required by BHC). Bidders

should not make assumptions that BHC has experience of their organisation or service

provision even if it is or was a party to a previous contract with BHC. Bidders will be

evaluated based only on the information provided in their response.

Please refer to the remainder of Section 7 of this Invitation to Negotiate which details BHC’s

approach to evaluation of responses, and in particular the weighting that will be applied to

responses to each section. Bidders should take account of such weighting when preparing

their bids.

Each tender will be evaluated in three phases:

PHASE 1 – COMPLIANCE CHECK

Once the closing date and time for receipt of tenders has passed, BHC will check to confirm

all forms and certificates and any supporting documentation required have been provided by

the bidder. Any response that is received by BHC at the designated point after the deadline

specified in Section 5.2 will be rejected by BHC and not considered for evaluation. Failure to

provide all of the information requested in this Invitation to Negotiate may result in the

bidder’s response being rejected.

The evaluation of tenders will, subject to tenders fulfilling the necessary compliance checks,

proceed through the following phases of evaluation. For Phases 2 and 3, a total of [to be

confirmed] marks are available as set out below.

In the event that a bidder is unable to provide (or has not provided) a satisfactory response to

any of the requirements, or a detailed reason as to why a satisfactory response cannot be

given, BHC may either exclude the bidder from further participation in the evaluation

process, or, at its sole discretion, may seek clarification. In the case of the latter, a failure by

Page 14: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 13

the bidder to provide a satisfactory response within the deadline specified in the request for

clarification will result in its disqualification from the tender process.

PHASE 2 – QUALITY ASSESSMENT 60% ([X] marks)

All tender responses that have been passed the compliance check stage at Phase 1 described

above will progress to quality assessment. All tender responses will be evaluated and scored

on quality assessment out of a maximum of [X] marks, as detailed below.

Each response will be evaluated based only on the information and explanations provided in

the bidder’s responses and clarifications (where clarifications are required by BHC). Where

any requirements in the Invitation to Negotiate are not stated as being scored or weighted,

they are considered by BHC to be mandatory requirements and MUST be completed for the

bidder to continue in the procurement process.

[Comment: The Evaluation Methodology and Weightings are currently under review by

BHC and will be disclosed to shortlisted bidders at the Invitation to Negotiate stage.]

The following sections of the bidder’s Quality Questionnaire will be evaluated as follows as

part of the quality assessment.

Quality Criterion Maximum

Marks

Weighting Weighted

Score

[X] [X] [X] [X]

[X] [X] [X] [X]

[X] [X] [X] [X]

[X] [X] [X] [X]

[X] [X] [X] [X]

TOTAL [X]

Please note that each of the Quality Criterion have individual weightings which will be

applied to each of the Quality Criterion as appropriate once that Quality Criterion has been

marked out of 4. Bidders are asked to consider these weightings carefully and to ensure that

their responses specifically deal with the requirements set.

Bidders should note the following general approach to making of the Quality Criterion:

marks will be deducted for incomplete, inaccurate or insufficiently detailed responses

marks will be deducted where not all parts of the question have been addressed

where a question requests specific details to be provided in a response, bidders should

take care to address all elements of that question.

[Comment: The Scoring Methodology is currently under review by BHC and will be

disclosed to shortlisted bidders at the Invitation to Negotiate stage.]

Marks for each individual Quality Criterion will be awarded based on the following

guideline:

Page 15: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 14

Comment: The Scoring Table is currently under review by BHC and will be disclosed to

shortlisted bidders at the Invitation to Negotiate stage.

Once all of the Quality Criterion have been evaluated and weightings applied as appropriate,

each bidder will receive a total score out of a maximum of [X] weighted marks as

appropriate.

If a bidder scores less than [X] weighted marks (out of the maximum [X] weighted marks

available) for quality, then that bidder shall be excluded from further participation in the

process, and their tender shall not proceed to Phase 3 (Price Assessment) of this tender

process.

Assuming that the minimum requirement of [X] weighted marks is met, the bidder's total

score out of a maximum of [X] weighted marks will then be weighted by 60% to give a total

score out of a maximum of 60 marks.

Once the quality assessment is complete, each compliant response submitted by a bidder

which meets the minimum requirements specified above will proceed to price assessment.

PHASE 3 – PRICE ASSESSMENT 40% ([X] marks)

Bidders must complete in full and return the Pricing Questionnaire (Appendix 4). The Pricing

Questionnaires will be used to evaluate all valid responses based on the supply cost of the

Harbour Mobile Crane. All responses will be evaluated and scored on pricing out of a

maximum total of [X] marks.

[Comment: The scoring mechanism to be used for assessing a bidder's price submission

will be disclosed to shortlisted bidders at the Invitation to Negotiate stage.]

Bidders should note that a tender response may be rejected if the price is considered by BHC

to be abnormally low. Where a tender response is considered by BHC to be abnormally low,

BHC shall invite the bidder to explain the price proposed and how the requisite quality of

service and produce can be achieved at the price tendered. In deciding whether or not to

reject an abnormally low tender, BHC will take full account of any explanation offered by the

bidder and the matters referred to in Regulation 84 of the Utilities Contracts Regulations

2016.

Bidders will be bound by the prices submitted in their responses.

Upon completion of Phases 1, 2 and 3, scores from Phases 2 and 3 will be aggregated for

each response submitted by each bidder and all of the bidder’s responses will be ranked in

order of marks scored out of a total possible [0] in terms of the most economically

advantageous tender.

Following BHC’s verification of the ranking of proposals, BHC may at its sole discretion

either award the Contract to the bidder with the highest score (subject to the Contract terms

being finalised) or ask one or more of the highest ranking bidders for best and final offer(s).

BHC shall then award the Contract on the basis of the best and final offers received.

Page 16: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 15

Once the award decision has been made, the award decision will be notified to all bidders at

the same time by email and feedback on the award decision provided. There will then be a

standstill period of at least 10 calendar days following notification of the award decision by

BHC and the Contract being entered into with the successful supplier.

BHC reserves the right to request clarification of tenders submitted. BHC is not bound to

accept the lowest or any tender. BHC also reserves the right to accept any tender in whole or

part.

Page 17: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 16

8. TERMS APPLICABLE TO THIS INVITATION TO NEGOTIATE

8.1. Disclosure/dissemination of information

BHC may disclose detailed information relating to bidders’ responses to BHC's members,

directors, officers, employees, agents or advisors and they may make bidders’ written

responses available for private inspection by BHC's members, directors, officers, employees,

agents or advisors.

8.2. BHC’s right to reject bids

BHC reserves the right to reject or disqualify a bidder and/or a member of its supply chain

where:

(a) any required submission is submitted late, is completed incorrectly, is materially

incomplete or fails to meet BHC's submission requirements set out in section 5 of

this document;

(b) the bidder and/or a member(s) of its supply chain are unable to satisfy the terms of

Regulation 57 of The Public Contracts Regulations 2015 at any stage during the

tender process;

(c) the bidder and/or a member(s) of its supply chain are guilty of material

misrepresentation in relation to information provided by the bidder during the pre-

qualification stage and/or in connection with any tender;

(d) the bidder and/or a member(s) of its supply chain contravenes any of the terms and

conditions of this Invitation to Negotiate; or

(e) there is a change in identity, control, financial standing or other factor impacting on

the selection and/or evaluation process affecting the bidder and/or a member(s) of

its supply chain.

The disqualification of a bidder will not prejudice any other civil remedy available to BHC

and will not prejudice any criminal liability that such conduct by a bidder may attract.

8.3. Amendments to the Invitation to Negotiate

BHC reserves the right to issue amendments or modifications to this Invitation to Negotiate at

any time. These will be issued to all bidders simultaneously and, where issued prior to the

response date, responses will be assumed to take account of any such modifications and

amendments.

8.4. Right to cancel or vary the tender process

BHC reserves the right:

(a) to cancel or withdraw from the tender process at any stage;

(b) not to award the Contract;

Page 18: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 17

(c) to require a bidder and/or a member(s) of its supply chain to clarify their submission

in writing and/or provide additional information (failure to respond adequately may

result in a bidder not being successful); and/or

(d) amend the terms and conditions of the tender process.

8.5. Provision of further information by bidders prior to contract award

BHC is relying on the information provided by bidders during the pre-qualification stage

(including but not limited to information concerning the members and structure of the

consortium). If, at any time during this tender process there are any material changes to the

same, the bidder must advise BHC in writing as soon as practicable providing full details of

the change (even if this is prior to the submission of a response). Upon receipt of such

information, BHC shall be entitled to revisit the selection and/or evaluation of the bidder and

exclude the bidder, if necessary, as a result of that process.

8.6. Bidding process and costs

BHC reserves the right at any time:

(a) to negotiate with one or more of the bidders during the Invitation to Negotiate period

to obtain arrangements which best meet its requirements;

(b) to issue amendments or modifications to the Invitation to Negotiate;

(c) to alter the timetable to contract award; and/or

(d) not to award a contract, or to award a contract for part of the project, or to withdraw

from this process.

Any costs or expenses incurred by any bidder or other person will not be reimbursed by BHC

and neither BHC nor any of their representatives will be liable in any way to any bidder or

other person for any costs, expenses or losses incurred by any bidder or other person in

connection with this bidding process.

8.7. Law and jurisdiction

This document shall be construed in accordance with, and governed by the laws of Northern

Ireland. The Courts of Northern Ireland shall have exclusive jurisdiction in relation to any

disputes arising from or in connection with this document, this procurement or the project

and by participating in this procurement, each bidder submits irrevocably to that jurisdiction.

8.8. Disclaimers

The publication of this Invitation to Negotiate in no way commits BHC to appoint a

service provider to provide the requirement described in this Invitation to Negotiate

and BHC reserves the right to terminate this procurement process at any time.

BHC is under no obligation to proceed with the Contract and may at its absolute

discretion withdraw, change, vary or suspend this procurement process. Nothing in this

Invitation to Negotiate constitutes an agreement or representation that a provider will

be appointed under the contract. BHC does not provide any warranty or guarantee as to

the level of goods and/or services which may be required under the contract.

Page 19: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 18

All sensitive and/or confidential information provided by a bidder in response to this

Invitation to Negotiate shall be treated as confidential subject to any obligation on the

part of BHC to comply with the provisions of the Freedom of Information Act 2000,

the Environmental Information Regulations 2004 and any other statutory, audit or

regulatory requirements.

In providing any information in connection with this procurement process, whether set

out in the tender documents or otherwise, BHC makes no representation, whether

contractual or otherwise, and accepts no responsibility for the accuracy,

comprehensiveness or adequacy of the information provided.

This Invitation to Negotiate contains information that is proprietary and confidential to

BHC which has all rights of copyright in it. Any dissemination, distribution,

reproduction or disclosure in any form of the content of this document is forbidden

without obtaining the prior written approval of BHC.

By receiving the information contained in this document and the associated tender

documents the bidder agrees to keep confidential the information contained in these

documents and/or any further information made available in connection with any

further enquiries regarding the Contract. This document, and any associated tender

documents, may only be made available to bidder’s employees or professional advisors

directly involved in the appraisal of such information on the same confidential basis

and the service provider shall be responsible for ensuring that such employers and

professional advisors maintain the confidentiality of information disclosed by or on

behalf of BHC. There must be no publicity by a bidder regarding this procurement or

the future award of any contract unless BHC has given express written consent to the

relevant communication.

If it is necessary for BHC to amend the tender documentation in any way, prior to

receipt of responses, all bidders will be notified in writing simultaneously. If

appropriate, the deadline for receipt of responses will be extended.

Any bidder who directly or indirectly canvasses any representative of BHC concerning

the award of the Contract or who directly or indirectly obtains or attempts to obtain

information from such representative concerning the proposed or any other tender will

be disqualified.

Page 20: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 19

APPENDIX 1

FORMS AND CERTIFICATES

FORM OF TENDER

CONTRACT FOR: - HARBOUR MOBILE CRANE TENDER

1. I/We the undersigned hereby tender for the above contract in accordance with the

Contract terms and at the prices quoted in the Pricing Questionnaire forming part of

my/our tender response.

2. I/We understand that BHC does not bind itself to accept the lowest or any tender

submitted in response to this enquiry and may accept the whole or part of any tender.

I/We understand that no contract shall come into existence unless BHC provides

written notice to the contrary.

3. I/We understand BHC reserves the right to discontinue the award procedure in the

event of irregular tenders or in the absence of appropriate tenders and in such

circumstances may use the negotiated procedure without a further call for

competition.

4. I/We warrant that I/we have all the requisite corporate authority to sign this tender.

Dated this __________ day of ________________________ 20___

Signed by or on behalf of the Tenderer: ___________________________

___________________________

Name of Tenderer:

(Block Capitals)

Registered Address: __________________________________________

__________________________________________ DECLARATION AND UNDERTAKING TO BE SIGNED BY ALL MAIN CONTRACTORS, NOMINATED

SUB-CONTRACTORS OR CONSULTANTS TENDERING FOR THE EXECUTION OF WORKS OR THE

SUPPLY OF GOODS OR SERVICES AND MUST BE RETURNED AT THE TIME OF TENDERING

Please insert here the FULL NAME of the Tenderer, or in the case of a partnership the FULL NAMES of ALL

the partners.

Page 21: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 20

BELFAST HARBOUR COMMISSIONERS

HARBOUR MOBILE CRANE TENDER

FAIR EMPLOYMENT AND TREATMENT (NORTHERN IRELAND) ORDER 1998

1. Article 64 of the Fair Employment and Treatment (Northern Ireland) Order 1998

provides inter alia that a public authority shall not accept an offer to execute any work

or supply any goods or services where the offer is made by an unqualified person in

response to an invitation by the public authority to submit offers. Article 64(4) also

provides that the public authority shall take all such steps as are reasonable to secure

that no work is executed or goods or services supplied for the purposes of such

contracts as are mentioned above by an unqualified person.

2. For the purposes of Articles 64-66 of the Order, an unqualified person is a person on

whom a notice has been served under Article 62(2) or Article 63(1) of the Order and

which has not been cancelled.

3. Mindful of its obligations under the Order, BHC decided that it shall be a condition of

tendering that a contractor shall not be an unqualified person for the purpose of

Articles 64-66 of the Order.

4. Contractors are therefore asked to complete and return the form endorsed hereon, with

their tender, to confirm that they are not unqualified persons and to undertake that no

work shall be executed or goods or services supplied by an unqualified person for the

purposes of any contract with BHC to which Article 64 of the Order applies.

FAIR EMPLOYMENT AND TREATMENT (NORTHERN IRELAND) ORDER 1998

I/We hereby declare that I am/we are not unqualified for the purposes of the Fair

Employment and Treatment (Northern Ireland) Order 1998.

I/We undertake that no work shall be executed or goods or services supplied by any

unqualified person for the purposes of any contract with BHC, to which Article 64 of the

Order applies.

Signed by __________________________________________________

Duly authorised to sign for and on behalf of __________________________

Date _______________________________

Page 22: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 21

BELFAST HARBOUR COMMISSIONERS

HARBOUR MOBILE CRANE TENDER

VAT REGISTRATION

Part 1 or Part 2 to be completed as appropriate by the bidder and returned with tender

documents:-

1. My/Our VAT Registration Number is ________________________

Signed by ________________________________________________

for and on behalf of __________________________________________

__________________________________________

__________________________________________

Date _______________________

2. I/We are “EXEMPT” from VAT under the terms of the Value Added Tax 1994.

Signed by _____________________________

for and on behalf of __________________________________________

__________________________________________

__________________________________________

Date _________________________

Page 23: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 22

BELFAST HARBOUR COMMISSIONERS

CERTIFICATE RELATING TO BONA FIDE TENDER

HARBOUR MOBILE CRANE TENDER

1. The essence of tendering is that BHC shall receive bona fide competitive tenders

from all firms tendering. In recognition of this principle, we certify that this is a

bona fide tender intended to be competitive and that we have not fixed or adjusted

the amount of the tender by or under or in accordance with any agreement or

arrangements with any other person.

2. We also certify that we have not:

(a) communicated to a person other than the person calling for these tenders the

amount or approximate amount of the proposed tender, except where the

disclosure, in confidence, of the approximate amount of the tender was

necessary to obtain insurance premium quotations required for the preparation

of this tender;

(b) entered into any agreement or arrangement with any other person that he shall

refrain from tendering or as to the amount of any tender to be submitted;

(c) offered or paid or given or agreed to pay or give any sum of money or

valuable consideration directly or indirectly to any person for doing or having

done or causing or having caused to be done in relation to any other tender or

proposed tender for the said work any act or thing of the sort described above;

or

(d) engaged in any activity, practice or conduct which would constitute an offence

under sections 1, 2 or 6 of the Bribery Act 2010 if such activity, practice or

conduct had been carried out in the UK.

3. We undertake that we will not do any of the acts mentioned in paragraphs 2a, 2b or

2c above at any time before the acceptance or rejection of this tender.

4. In this certificate the word “person” includes any persons and any body or

association, corporate or unincorporate any “any agreement or arrangement”

includes any such transaction, formal or informal and whether legally binding or

not.

Signed: __________________________________________________

Block Capitals: __________________________________________________

for and on behalf of: __________________________________________________

Date: _________________

Page 24: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 23

APPENDIX 2

SPECIFICATION

2.1 Introduction

This ITN relates to the design, building, transporting, supply, delivering, erecting,

connecting, rigging, painting, testing, commissioning, and setting to work a new diesel driven

four rope harbour mobile crane, to be used in the unloading of grains, animal feedstuffs, coal,

stone and other dry bulk materials from ocean going vessels into rail mounted hoppers or

directly onto the quay.

This Specification describes the main criteria and requirements for the harbour mobile crane.

The successful bidder who enters into the Contract (the "Contractor") shall at all times, co-

operate with BHC with regards to the movement or standing of plant, lorries or obstructions

to allow for the free movement of traffic.

The Contractor shall carry out the works required under the Contract ("Works") in

accordance with the criteria and requirements of this Specification and the Contract and in

such a way as to ensure satisfactory operation, repair and maintenance at all times of the day

and night throughout the year, under the prevailing climatic, environmental and operational

conditions.

The complete harbour mobile crane shall be of a modern and proven design. The Contractor

shall verify and modify, if required (subject to final approval of BHC), the present design and

specifications and all further technical works prepared by him or third parties of all matters

that are related to the proper functioning of the Works. Consequently the Contractor shall

take full responsibility.

BHC operates an ISO 50001 compliant energy management system. BHC is therefore

required to take energy efficiency considerations into account in its purchases. Your design

should therefore provide for energy performance improvement and your proposal should

demonstrate that you have taken these requirements into account.

2.2 Definition of the Site

The exact location of the site where the crane must be delivered by the Contractor, erected

and commissioned will depend on the plan for execution of the Works and shall be defined

by BHC prior to commencement of the Works on site for a particular section.

2.3 Facilities for the Contractor

BHC shall make available to the Contractor only the following facilities:

- suitable location to set up an office, workshop, wash rooms near the erection site;

- Electricity (415 V, 3 phase + Neutral + Earth, 50 Hz) only for the purpose of executing the

Works. In case welding is required this equipment shall only be connected to the power

supply in consultation with BHC.

Page 25: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 24

2.4 Regulations on Site

Besides the general safety rules and regulations, the Contractor must complete a site

induction and follow the current permit to work system.

2.5 Products to be handled by the crane

All types dry bulk materials.

The dry bulk materials may include coal, stone, peat, animal feeds and other agri-bulk

products etc.

The characteristics of the agri-bulk products are:

- free, medium to non-free flowing

- powdery to granular

- medium dusty to very dusty

- bulk densities from 0.5 up to 1 tons/m3

The characteristics of the other dry bulk materials are:

- very dusty;

- free to medium flowing;

- abrasive;

- bulk densities up to 1.4 ton/m3;

2.6 Environmental conditions

Temperature: -10/+30 OC

Relative Humidity: 90%

Environment: Coastal waters and dusty.

Max. Wind in service 20m/sec

2.7 Design Data

This section of this ITN sets out BHC's minimum functional and operational requirements for

the crane.

Type of crane: Harbour Mobile Crane for handling dry bulk materials

Number of Ropes: 4

Unloading capacity: Minimum 750 tons per hour of grain (750 kg/m³) and

Minimum 600 tons per hour of feedstuffs (600 kg/m³)

Lifting capacity: At least 100 tons

Speeds (for reference)

Hoisting / Lowering: Approx. 45 m/min at 40t grab duties

(average) Approx. 90 m/min at 13t grab duties.

Luffing (average): Approx. 60 m/min (horizontal)

Slewing: Approx. 1.6 rpm

Travelling: Approx. 50m/min.

Maximum wheel load: 15t per wheel

Outrigger Loading: Should not exceed 130kN/m2

Page 26: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 25

Outreach from axis of rotation

of crane to centre line of grab: Maximum at least 44 meters

Minimum at least 12 meters

Hoisting range (bottom of hook): Above quay not less than 24 meters at maximum radius

Below the quay not less than 12m.

Eye height of operator sitting

in operator cabin: Minimum height 19m.

Power supply: Diesel-Generator.

(Note: BHC also requires an option for the crane to be

energized via a high-voltage link at either 6.6kV or

11kV with no modification to the crane at switch over.)

Fuel Tank: Diesel fuel tank not less than 6,000 litres capacity and a

fuel consumption not more than 50 litres per hour. It

shall also be capable of being refilled from the ground.

Design standards: According to EN, FEM and BS

Design lifetime: 25 years

Classification steel structure

(Under four rope grab operation): A8 (U7 and Q4)

Classification of mechanisms

(Under four rope grab operation):

Hoisting M8

Closing M8

Slewing M8

Luffing M7

Travelling M4

Design wind velocity: Region E

In service 20 m/s

Out of service 40 m/s

Noise levels: As low as reasonably achievable (ALARA principle)

- Operator Cabin: < 55 dB(A) with windows closed;

< 80 dB(A) with windows open.

- At all other work places < 85 dB(A), unless stated

otherwise.

2.8 Machine Structure/Equipment

The crane should in the main be of a heavy-duty steel construction, which must be corrosion

resistant throughout its expected life. Safe and easy access should be provided to all parts of

the crane that require normal and maintenance operations.

The superstructure of the crane is to have “Belfast Harbour” appended on both sides.

Page 27: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 26

2.9 Handling Attachments

The crane is to be supplied with the following attachment:

- One Electric/Hydraulic Hook Rotator with a rated capacity of at least 100t.

2.10 Drivers Cabin

The cabin should be designed to give all-round visibility from the driver’s position and must

be reachable by a safe gantry and should include the following:

Internal Lighting.

Safety Glass.

Colour monitor connected to any mounted camera.

Demist facility/screen wipers with washers.

Air conditioning/heating system.

Fully adjustable seating position.

Control levers/handles for all functions within easy reach of the seating position.

Acoustically lined to ensure the noise level within the cabin meets current European

and UK standards.

Accurate indication of wind speed.

Accurate indication of hoist height.

Indication of warnings and alarms.

Accurate SWL Indicator.

Radio/CD System.

Twin socket outlet 13A, 230V.

Fire Extinguishers.

Additionally the internal structure of the cabin should be manufactured from materials which

are hardwearing and easy to maintain/clean.

2.11 Camera/Lighting

The crane should be provided with a camera mounted externally to allow the driver to view

the grab/hook position via a monitor in the cabin.

A camera should also be mounted inside the operator cabin behind the driver. Both the

external and internal cameras should have a hard drive storage capacity able to hold three

days of recording with the ability of the required recordings to be removed in a useable

format.

Sufficient LED lighting is to be provided both internally and externally to allow safe access

to all areas of the crane. Additionally LED fittings are to be incorporated to provide sufficient

illumination for the working area to assist the driver and picture provided by the camera.

The crane is also to be fitted with LED aircraft warning lights, one on top of the tower

structure and one on the top of the jib.

2.12 Safety Devices

Emergency stop push buttons are to be installed in the following areas:

Page 28: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 27

Cabin.

All superstructure-mounted components.

Each end of the chassis.

Each emergency stop button must lock in the off position and cause all functions to stop in a

safe way. When operated the position from where the stop button has been pressed is

indicated in the cabin and must be reset from there once unlocked.

Any hydraulic systems are to be fitted with relief valves which allow the excess pressure to

be returned to the main hydraulic tank. Also to be incorporated are lock valves in the

operating line of all cylinders to ensure no movement of hydraulic controlled functions from

the last position.

Safe working load indicator to provide indication of the load being supported by the crane.

The indicator should provide an input to a safety cut out in order to prevent the movement of

loads beyond the capacity of the crane.

Anemometer should be fitted for the measuring of wind speed and should be displayed in the

cabin. If the safe working wind speed is exceeded the driver should be alerted via a sounder

and alarm on the cabin display.

Motion Limits:

The following limit and interlock switches shall be provided:-

Hoist Motion

(a) Maximum height slow down limit switch

(b) Maximum height stop limit switch

(c) Maximum height ultimate limit switch to stop all motions

(d) Maximum lower ultimate limit switch to stop all motions

Luffing Motion

(a) Limit of maximum luffing

(b) Limit of minimum luffing

(c) Slow down limits as may be appropriate

Proximity switches and limit switches shall be robust in design of a reputable and approved

manufacturer. The limit switches shall be totally enclosed with quick make and break self-

resetting contacts. All switches shall be mounted in positions which can be accessed safely at

all times, day or night, for maintenance purposes. Micro switches shall not be used as limit

switches.

An interlocking arrangement is also required so that the crane motions operations cannot be

used until the outriggers are in their correct positions.

Under road travelling conditions an interlocking mechanical arrangement is required to

prevent the cranes slewing motion being operated.

A key-operated biased-off over-ride arrangement of limit switches will be considered to

enable the jib and mast to be lowered safely to ground level. Alternative approved means to

achieve this may be proposed by the bidder.

Page 29: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 28

To ensure the safety of personnel on the ground the crane is to be fitted with amber flashing

lights at each corner of the chassis and an audible warning which will operate whenever the

machine is travelling irrespective of direction.

2.13 Greasing Arrangements

Where feasible all points of the crane which require regular application of grease to ensure

normal operation are to be connected to an automatic greasing system. In their proposal

bidders should indicate the positions of automatic greasing and the positions that may require

manual greasing.

2.14 Electrical

A diesel driven generator incorporated within the machinery house of the crane, with

automatic voltage and frequency stabilisation, shall supply electricity to the crane. It shall be

capable of providing all of the power requirements while the crane is operational.

The crane shall be capable of not only being powered by a diesel engine but of being

supplied from an 6.6kV/11kV shore supply using a fully interlocked plug and socket

arrangement which will be supplied by the Contractor. The voltage can be selected. The crane

shall be fitted with the necessary transformer and electrical equipment including slip rings for

this purpose. The electrical load for the crane must be given.

A seven day self-maintained battery backup system shall be supplied capable of providing

power to essential circuits including the PLC when the crane is not in use and be independent

from a shore supply.

The provision for an IP65 230 volt 50 Hz rated at 16 amps shore power at ground level

supply on the crane carrier shall be provided for providing all essential supplies including the

PLC with electricity. This should also charge the seven day self-maintained battery backup

when required.

A second plug/socket arrangement shall be provided at ground level on the crane rated at 32

amp T P & N at 415 volts to IP65 five pin to allow the crane to supply power to other plant.

An auxiliary 415/240 V secondary low power supply, suitable for essential heating, lighting

and battery charging, etc. This supply may be connected when the crane is not in use for an

extended period of time but the bidder shall ensure that all machinery and control systems

offered will not be adversely affected by periods of inactivity without a power supply

connected. Suitable approved interlocking arrangements shall be provided to ensure that the

mains electricity supply cannot interfere with the cranes electrical circuits.

All equipment contained therein shall be of the highest quality, suitably rated for its particular

duty and in accordance with the relevant British Standard Specification or European

Equivalent Standards.

2.15 Associated documentation

Page 30: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 29

The following documentation must be provided to BHC, at no additional cost, prior to take

over of the crane by BHC. Three hard copies of:

Certificate of conformity

Test documentation indicating maximum safe working load and test weights for the

crane and associated handling attachments.

Record of noise levels external to the crane and inside the tower cabin during

normal operations.

Schematic drawings (also on a DVD in .dwg format) detailing the superstructure

layout, Chassis layout, all mechanical systems and all electrical systems.

Maintenance manuals detailing all maintenance operations and the intervals.

Recommended spare parts list including original manufacturer part numbers

(taking into account the minimum requirements specified in Appendix 3).

System manuals detailing the operation and functionality including normal

operating parameters and associated warning/alarm levels. Operating manuals shall

be in sufficient detail to enable BHC's personnel to operate all plant in a safe and

efficient manner and to enable BHC's personnel to maintain and service the Works

in a safe and efficient manner.

2.16 Spare Parts

The spare parts list must include the following:

- List of spares the bidder envisages BHC will require: (a) during the first two (2)

years/4,000 hours of the life of the crane; and (b) from year 3/4,001 hours of life

of the crane to year 5/10,000 hours of the life of the crane.

- A list of 1 (one) full set of special tools required for normal maintenance.

Notes:

- The bidder shall include in its tender response an itemised list of spare parts

including manufacturer and manufacturer’s part numbers, consumables and

special tools with prices required according to their experience and taking into

account the requirements of Appendices 3 and 4 of this ITN.

- BHC will inform the bidder which spare parts, consumables and special tools,

if any, will be purchased from the successful bidder before taking-over.

- The spare parts shall be equal in design, origin and material standard in all

respects to the primary parts and shall be from the same manufacturers;

- Spare parts shall be packed for long term storage under the prevailing

environmental conditions, identified and listed.

The tender requirements for spare parts lists and how they will be evaluated are detailed in

Appendix 3 and 4 of this ITN. The bidder should pay particular attention to these Appendices

when preparing their tender response.

2.17 Technical Support

Both within and outside the warranty period, BHC must be able to call upon the successful

bidder to attend the harbour to provide on-site technical assistance within the next working

day following such a request.

Page 31: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 30

2.18 Training

The scope of works includes training of the following personnel, including operators and

mechanical and electrical maintenance engineers.

Training shall take place on BHC's premises and should include at least:

- Training 16 Electro/Mechanical technicians and 4 Engineers in groups of 5 over 4

weeks (each group will have 5 days training.) This training will consist of on-the-job

and class room training during erection, testing and start to work of all plant and will

include all necessary teaching materials.

- Training and assessment of 20 crane operators after take-over. The successful bidder

shall make available an instructor dedicated for this task. The training and assessment

shall be on the job training and include all aspects related to the correct operation of

the crane.

2.19 Commissioning Tests

The successful bidder will be responsible for carrying out (at its own cost) and ensuring the

crane successfully completes the commissioning tests.

During the commissioning tests the proper function of all parts of the crane under full load

conditions shall be tested.

The commissioning tests shall include, but are not limited to:

1. Testing of the overload protection system.

2. Overload tests.

3. Testing of all machinery systems.

4. Measurement of speeds and accelerations of main movements and travelling.

5. Repeated stops/restarts of equipment under full load conditions.

6. Any other tests required to check the proper functioning of the crane, as may be directed

by BHC or any other tests required by a statutory inspectorate or body.

7. Any other tests that may be required by BHC to demonstrate that each item of the crane

operates satisfactorily and is in accordance with the specification and the bidder's tender

response.

The results of the commissioning tests shall be recorded in the commissioning manual, issued

by the successful bidder.

The minimum standards to be achieved by any testing process will be agreed with BHC as

part of the Contract finalisation.

2.20 Trial operation

During trial operation the due performance of the crane shall be tested during actual

unloading of vessels. The tests to be carried out and the minimum standards to be achieved

by any testing process will be agreed with BHC as part of the Contract finalisation. These

shall include, without limitation, any tests required to check the proper functioning of the

crane, as may be directed by BHC or any other test required by the Health and Safety at work

Executive (Factory Inspector) and/or any other statutory inspectorate or body.

Page 32: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 31

Note 1: The tests on completion shall be carried out at Belfast Harbour.

Note 2: BHC will arrange the required ship and product for all tests, at no cost to the bidder.

The product shall be and remain the property of BHC.

2.21 Take Over

Before taking-over the following documents shall be handed over to BHC:

Software manuals;

Genuine copies of all software used to configure and operate the crane with all

licences registered to BHC.

Operation and Maintenance manuals.

Complete documentation of all software and PLC source code on CD-ROM;

Test certificates of ropes, blocks and links;

All documents for CE-markings;

Three (3) hardcopy sets of final as-built drawings and calculations for submission to

BHC. The as-built drawings shall also be submitted on DVD in .dwg format.

2.22 Software

The software manuals shall represent the software “as-built” and include:

- User instructions, including instruction for maintenance and updating of software;

- Functional description of the software;

- Program listing;

A DVD with the software as installed shall be provided including source code and/or, if

applicable, user licenses registered to BHC.

A programming laptop/station with programming/commissioning software (including

licenses registered to BHC) shall be provided.

2.23 Delivery Plan

BHC is seeking the shortest overall delivery programme (subject to BHC being reasonably

satisfied that the delivery programme is achievable) and for operational reasons, BHC has a

preference that the crane is delivered and commissioned by the successful bidder within 3

months of confirmation of order.

The bidder shall submit an initial plan for approval with regard to the construction, delivery,

installation and commissioning of the crane. This initial plan is for guidance only and may be

subject to change at Contract commencement.

Page 33: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 32

APPENDIX 3

QUALITY QUESTIONNAIRE

Comment: The Quality Questionnaire is currently under review by BHC and will be

disclosed to shortlisted bidders at the Invitation to Negotiate stage.

Page 34: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 33

APPENDIX 4

PRICING QUESTIONNAIRE

Comment: The Pricing Questionnaire is currently under review by BHC and further

information will be disclosed to shortlisted bidders at the Invitation to Negotiate stage.

Page 35: Harbour Mobile Crane Tender

OJEU Reference: [2016/S 141 - 255082] 34

APPENDIX 5

DRAFT CONTRACT