Tender

Perimeter Security Guarding Services

  • BELFAST HARBOUR COMMISSIONERS

F05: Contract notice – utilities

Notice identifier: 2025/S 000-006380

Procurement identifier (OCID): ocds-h6vhtk-04e56e

Published 20 February 2025, 4:13pm



Section one: Contracting entity

one.1) Name and addresses

BELFAST HARBOUR COMMISSIONERS

Harbour Office,Corporation Square

BELFAST

BT13AL

Email

securityservices@belfast-harbour.co.uk

Telephone

+44 2890554422

Country

United Kingdom

Region code

UKN06 - Belfast

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.belfast-harbour.co.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.belfast-harbour.co.uk/corporate/tenders/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.belfast-harbour.co.uk/corporate/tenders/

one.6) Main activity

Port-related activities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Perimeter Security Guarding Services

two.1.2) Main CPV code

  • 79710000 - Security services

two.1.3) Type of contract

Services

two.1.4) Short description

Belfast Harbour Commissioners (BHC) requires provision of perimeter security guarding services at Belfast Harbour Estate. The anticipated starting date for service commencement is, following a mobilisation period, 1 January 2026. BHC shall have the discretion to renew the contract term following the expiry of the initial period of three years (commencing on 1 January 2026) by up to four periods of 12 months each. 7 years (84 months) is the maximum duration of the contract.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79711000 - Alarm-monitoring services
  • 79713000 - Guard services
  • 79715000 - Patrol services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

Belfast Harbour Estate

two.2.4) Description of the procurement

BHC's current requirement for the services, which will be taken on by the successful bidder as at the contract start date comprises the following: (a) manned guarding services at a main access point, which requires full-time deployment of a staff member for 12 hours a day (between 0700 and 1900 hours) during Monday to Friday, in each week of the year; (b) additional manned guarding is required to support marine security legal compliance in accordance with the International Ship and Port Security Code 2004 and Port Security Regulations 2009 (each as amended). This includes the requirement to provide suitable up-scaling of resources at short notice to meet cruise ship and other marine security requirements. Cruise ship support also includes manned resources to support electronic search provision for cruise ship embarkations; and (c) provision of support for the security and safety of public events within Belfast Harbour. Upon contract commencement, the successful bidder shall take on provision of the manned security services outlined above.

The successful bidder will be required to manage CCTV and Access Control systems at the manned guarding point and at Temporary Restricted Areas under the ISPS regulations.

For the avoidance of doubt, all technology and software required by the Contracting Authority to implement the service will be sourced by the Contracting Authority separately and directly (save that the Contracting Authority may reserve the option, at its discretion, to request bidders to provide a price for supply of radios for personnel providing the services), and does not form part of the remit of this tender. The successful bidder will also be required to provide, for rental by the Contracting Authority throughout the term of the contract, one baggage scanner.

The Transfer of Undertakings (Protection of Employment) Regulations 2006 and/or the Service Provision Change (Protection of Employment) Regulations (Northern Ireland) 2006) may apply to this procurement and the transfer of staff. BHC gives no guarantee regarding the application of such regulations or not, and Bidders must make their own enquiries and are recommended to seek legal advice. Detailed information regarding the existing staff has been provided by the incumbent operator and is contained in the Invitation to Tender

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

BHC shall have the discretion to renew the contract term following the expiry of the initial period of three years (commencing on 1 January 2026) by up to four periods of 12 months each. 7 years (84 months) is the maximum duration of the contract.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

BHC shall have the discretion to renew the contract term following the expiry of the initial period of three years (commencing on 1 January 2026) by up to four periods of 12 months each. 7 years (84 months) is the maximum duration of the contract.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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 stated in the Invitation to Tender

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As stated in the Invitation to Tender

three.1.6) Deposits and guarantees required

BHC reserves the right to require bonds, deposits, guarantees or other forms of undertaking or security to ensure proper contractual performance.

three.1.8) 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, BHC may require the parties to commit to joint and several liability in respect of the contract. Alternatively, BHC may require the lead operator to take total responsibility or a consortium to form a legal entity before entering into any contract.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

31 March 2025

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

1 April 2025

Local time

8:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

BHC reserves the right at any time to:

- reject any or all responses and to cancel or withdraw from this tender process at any stage;

- award a contract without prior notice;

- change the basis, the procedures and timescales set out or referred to within the Invitation to Tender; or

- require a bidder to clarify any submissions in writing and/or to provide additional information.

Bidders who wish to participate in this procurement will be required to provide contact details before downloading the tender documents. Bidders who fail to provide their details to BHC or register in this manner will not receive any clarifications or updated information provided by BHC during the tender process.

The costs of responding to this notice and participation in the process will be borne by each bidder. All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties.

six.4) Procedures for review

six.4.1) Review body

High Court of Justice in Northern Ireland

Royal Courts of Justice, Chichester Street

Belfast

Country

United Kingdom