Shore Power Systems Framework

A Contract Award Notice
by CALEDONIAN MARITIME ASSETS LTD

Source
Find a Tender
Type
Framework (Works)
Duration
8 year (est.)
Value
£2M
Sector
INDUSTRIAL
Published
04 Dec 2024
Delivery
To 04 Dec 2032 (est.)
Deadline
n/a

Concepts

Location

The West of Scotland and Clyde Estuary

Geochart for 5 buyers and 1 suppliers
Caledonian Maritime Assets
Comhairle Nan Eilean Siar
Highland Council
Argyll & Bute Council
Abb
Leaflet | Map tiles by Stamen Design, under CC BY 3.0. Data by OpenStreetMap, under ODbL.

5 buyers

1 supplier

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.

Total Quantity or Scope

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.

Award Detail

1 Abb (Daresbury)
  • Lot 2 - "Islay" routes including Kennacraig, in Argyll & Bute; and Port Askaig and Port Ellen, on the Isle of Islay
  • Num offers: 5
  • Value: £2,382,920

Renewal Options

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

Award Criteria

Quality 60.0
Price 40.0
PRICE _

CPV Codes

  • 45300000 - Building installation work
  • 45231400 - Construction work for electricity power lines
  • 31321000 - Electricity power lines
  • 45315300 - Electricity supply installations

Indicators

  • Options are available.
  • Award on basis of price.

Other 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. (SC Ref:785006)

Reference

Domains