Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Shore Power Systems Framework

  • First published: 26 June 2024
  • Last modified: 26 June 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-047254
Published by:
Caledonian Maritime Assets Ltd
Authority ID:
AA24528
Publication date:
26 June 2024
Deadline date:
30 July 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

CMAL wish to appoint a single supplier to a multi lot framework for the design, construction and maintenance of standardised shore power systems across the network.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Caledonian Maritime Assets Ltd

Municipal Buildings

Port Glasgow

PA14 5EQ

UK

Contact person: Denise Kyle

E-mail: denise.kyle@cmassets.co.uk

NUTS: UKM83

Internet address(es)

Main address: http://www.cmassets.co.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12082

I.1) Name and addresses

Comhairle nan Eilean Siar

Council Offices, Sandwick Road

Stornoway

HS1 2BW

UK

Telephone: +44 1851600501

E-mail: contracts@cne-siar.gov.uk

NUTS: UKM64

Internet address(es)

Main address: https://www.cne-siar.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00262

I.1) Name and addresses

The Highland Council

Glenurquhart Road

Inverness

IV3 5BX

UK

Contact person: Garry Smith

E-mail: Garry.Smith@highland.gov.uk

NUTS: UKM6

Internet address(es)

Main address: http://katie.macaulay@highland.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045

I.1) Name and addresses

Argyll and Bute Council

Kilmory

Lochgilphead

PA31 8RT

UK

E-mail: procurement@argyll-bute.gov.uk

NUTS: UKM

Internet address(es)

Main address: http://www.argyll-bute.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00063

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Transport

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Shore Power Systems Framework

Reference number: CMAL0317

II.1.2) Main CPV code

45300000

 

II.1.3) Type of contract

Works

II.1.4) Short description

CMAL wish to appoint a single supplier to a multi lot framework for the design, construction and maintenance of standardised shore power systems across the network.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

CMAL wishes to appoint to a sole supplier in a multi lot framework to provide a standardised solution for vessel operability across the network. The lots are split into geographical locations and will be called off subject to approval of the programme of works.

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - "Little Minch" routes including Lochmaddy, on the Isle of Lewis; Tarbert, on the Isle of Harris; and Uig, on the Isle of Skye

II.2.2) Additional CPV code(s)

31321000

45231400

45315300

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

The West of Scotland and Clyde Estuary

II.2.4) Description of the procurement

CMAL wish to appoint a single supplier to a multi lot framework for the design, construction and maintenance of standardised shore power systems to ensure operability of fleet across the network with vessel replacements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60%

Quality criterion: Price / Weighting: 40%

Price / Weighting:  Price

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

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

tba

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

CMAL reserves the right to request additional services from the successful supplier

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Lot 2 - "Islay" routes including Kennacraig, in Argyll & Bute; and Port Askaig and Port Ellen, on the Isle of Islay

II.2.2) Additional CPV code(s)

45231400

31321000

45315300

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

The West of Scotland and Clyde Estuary

II.2.4) Description of the procurement

CMAL wish to appoint a single supplier to a multi lot framework for the design, construction and maintenance of standardised shore power systems to ensure operability of fleet across the network with vessel replacements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60%

Quality criterion: Price / Weighting: 40%

Price / Weighting:  Price

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

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

tba

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

CMAL reserves the right to request additional services from the successful supplier.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Lot 3 - Small Vessel Replacement Programme Phase 1

II.2.2) Additional CPV code(s)

31321000

45231400

45315300

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

The West of Scotland and Clyde Estuary

II.2.4) Description of the procurement

CMAL wish to appoint a single supplier to a multi lot framework for the design, construction and maintenance of standardised shore power systems to ensure operability of fleet across the network with vessel replacements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60%

Quality criterion: Price / Weighting: 40%

Price / Weighting:  Price

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

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

tba

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

CMAL reserves the right to request additional services from the successful supplier.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Lot 4 - "Lochboisdale" route including Lochboisdale, on the Isle of South Uist

II.2.2) Additional CPV code(s)

31321000

45231400

45315300

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

The West of Scotland and Clyde Estuary

II.2.4) Description of the procurement

CMAL wish to appoint a single supplier to a multi lot framework for the design, construction and maintenance of standardised shore power systems to ensure operability of fleet across the network with vessel replacements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60%

Quality criterion: Price / Weighting: 40%

Price / Weighting:  Price

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

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

tba

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

CMAL reserves the right to request additional services from the successful supplier.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Lot 5 - Small Vessel Replacement Programme Phase 2

II.2.2) Additional CPV code(s)

31321000

45231400

45315300

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

The West of Scotland and Clyde Estuary

II.2.4) Description of the procurement

CMAL wish to appoint a single supplier to a multi lot framework for the design, construction and maintenance of standardised shore power systems to ensure operability of fleet across the network with vessel replacements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60%

Quality criterion: Price / Weighting: 40%

Price / Weighting:  Price

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

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

tba

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

CMAL reserves the right to request additional services from the successful supplier.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

Lot 6 - "Mull" routes including Oban, in Argyll & Bute; and Craignure, on the Isle of Mull

II.2.2) Additional CPV code(s)

31321000

45231400

45315300

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

The West of Scotland and Clyde Estuary

II.2.4) Description of the procurement

CMAL wish to appoint a single supplier to a multi lot framework for the design, construction and maintenance of standardised shore power systems to ensure operability of fleet across the network with vessel replacements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60%

Quality criterion: Price / Weighting: 40%

Price / Weighting:  Price

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

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

tba

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

CMAL reserves the right to request additional services from the successful supplier.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

SPD4C.7 - Environmental Management

Bidders will be required to confirm they will employ environmental management measures that meet the requirements of the scope. Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to: a completed copy of the Bidder 'relevant contract' Climate Change Plan Template, including planned projects and actions to reduce the bidder's carbon emissions. This does not need to contain calculated carbon emissions. In order to achieve a pass, the Tenderers must demonstrate the measures they will employ to meet the minimum requirements.

III.1.2) Economic and financial standing

Minimum level(s) of standards required:

Economic Operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulation 2015.

Where an Applicant is a group of economic operators (Such as a Consortium), the Lead Party of that Group must comply with the minimum financial requirements.

Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations.

SPD 4B.51A-3 INSURANCE LEVELS - Employers and Public Liability: The minimum indemnity limit of GBP TEN Million (10,000,000) pounds STERLING shall be taken out and maintained throughout the period of services in respect of each claim without limit to the number of claims Professional Risk Indemnity: The minimum indemnity limit of GBP TEN Million (10,000,000) pounds STERLING shall be taken out and maintained throughout the period of services in respect of each claim without limit to the number of claims

FINANCIAL STANDING - (4B.6 SPD Statement):

CMAL will obtain a financial report from Dun & Bradstreet using the company registration numbers submitted by Tenderers (and where the Tenderer is a Consortium, for all members of their Consortium) with their response. If any Tenderer (including any Consortium member) is assessed as an overall business risk of “high”, the Tenderer will fail the economic and financial standing test.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

4C.1 SPD Experience Question - Tenderers will be required to provide three (3) examples of projects which involved works of a similar scope, complexity and value to this project that demonstrate that the Tenderers has relevant capability and experience to deliver the works in a marine environment along with the knowledge, skills, capacity and capability reverent to CMAL's project as detailed in CMAL’s tender documents. Examples should be from projects completed within the past seven (7) years due to the specialist nature. It is essential that responses demonstrates projects that include: Design/design coordination of off shore power systems involving fabrication installation and maintenance of works undertaken in a live ferry terminal, administered using the NEC engineering and construction contracts. Examples can be from the public and private sector.

Each example should include a detailed description of the project and scope, the value (amount) of the project, the date of the contract award, programme duration and details of any delays to the programme, details of the client, project stakeholders (Harbour Owner, Harbour Operator, Sub-Contractor(s), Distribution Network Operator and others), Installation, commissioning, testing and maintenance of shore power systems.

References for each project - providing referees name, company, position and E-mail and or telephone number.

Responses to this question should not exceed 2xA4 pages per example Arial font 11 excluding photographs (figures and diagrams may be used to accompany text but should be restricted to one per page), with 100% attributed to the 3 examples required for this contract. Where a submission exceeds the maximum number of pages included per example, no account will be taken of the content of the pages beyond the maximum. A minimum combination pass mark of 60% out of 100% is required in total for this section. Any bidder who fails to achieve the minimum for this question will be excluded at this stage.

Referee Verification - CMAL may contact and/or visit customers identified by Tenderers within the SPD(s) in order to verify Tenderer's claims and statements. The Evaluation Panel will use the information provided by the referee(s) to finalise their SPD (Scotland) evaluation.


Minimum level(s) of standards required:

Bidders must ensure that all organisational representatives who attend site to provide services are adequately trained and competent to carry out the required tasks. Bidders must provide appropriate written site specific Risk Assessment and Method Statements (RAMS) for all aspects of the work to appropriate CMAL staff. The successful supplier shall liaise with the CFL Port Manager having responsibility for the location with regard to site induction, work permits, ferry and other harbour operations.

SPD 4C.5 Tenderers will be required to confirm that they will allow checks to be conducted on their production and technical capacities and on the quality control measures employed.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 4

Justification for any framework agreement duration exceeding 4 years: This framework agreement will exceed 4 years due to the funding model. Approval of the lots will have different timelines, some of which are yet unknown due to future approval of budgets.

IV.1.8) Information about 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: 30/07/2024

Local time: 12:00

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

EN

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

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 07/08/2024

Local time: 12:00

Place:

Port Glasgow

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

SPD 4C.4 PROMPT PAYMENT - see tender documents. In order to achieve a pass bidders must demonstrate they have supply chain able to service the locations of the works and that they have systems in place to ensure prompt payment.

SPD 4C.7 ENVIRONMENTAL MANAGEMENT - See tender documents. Bidders will be required to confirm that they will employ environmental management measures that meet the requirements of the Scope.

SPD 4D QUALITY ASSURANCE SCHEMES AND ENVIRONMENTAL STANDARDS - Tenderers will be required to confirm that they have a quality assurance system in accordance of BS EN ISO 9001:2015 or equivalent

Tenderers are required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with ES EN ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

Tenderers will be required to confirm that they have a health and safety management system complying with BS EN ISO 45001, or equivalent.

SPD4C.4 - If Tenderers intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they would confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay sub-contractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b)>95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. If the Tendered is unable to confirm (b) they must provide an improvement plan, signed by their director, which improves the payment performance. In order to achieve a pass, Tenderers must demonstrate they have supply chain able to service the locations of the works and that they have systems in place to ensure prompt payment.

Fair Work Practices - Tenderers will be asked to commit to adopting Fair Work First in the delivery of this contract. SPD4C.7 - Environmental Management

Bidders will be required to confirm they will employ environmental management measures that meet the requirements of the scope. Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to: a completed copy of the Bidder 'relevant contract' Climate Change Plan Template, including planned projects and actions to reduce the bidder's carbon emissions. This does not need to contain calculated carbon emissions. In order to achieve a pass, the Tenderers must demonstrate the measures they will employ to meet the minimum requirements.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 12345. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

See tender documentation.

(SC Ref:768978)

VI.4) Procedures for review

VI.4.1) Review body

Greenock Sherriff Court

Greenock

UK

VI.5) Date of dispatch of this notice

25/06/2024

Coding

Commodity categories

ID Title Parent category
45300000 Building installation work Construction work
45231400 Construction work for electricity power lines Construction work for pipelines, communication and power lines
31321000 Electricity power lines Power distribution cables
45315300 Electricity supply installations Electrical installation work of heating and other electrical building-equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
denise.kyle@cmassets.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.