Section one: Contracting authority
one.1) Name and addresses
European Marine Energy Centre (EMEC) Ltd
The Charles Clouston Building, ORIC, Back Road, Stromness
ORKNEY
KW16 3AW
Contact
Mike Partridge
Telephone
+44 1856852060
Country
United Kingdom
NUTS code
UKM65 - Orkney Islands
National registration number
SC249331
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA23883
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Other type
Private company
one.5) Main activity
Other activity
Renewable Energy
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Electrical Services Framework
two.1.2) Main CPV code
- 71314100 - Electrical services
two.1.3) Type of contract
Services
two.1.4) Short description
We wish to appoint a contractor for the supply of qualified Electrical Authorised Persons and others to carry out the following services:
a) Routine site works,
b) Non-routine works including offshore electrical connection works,
c) Projects including procurement of specialist electrical asset items,
d) Administration
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM65 - Orkney Islands
Main site or place of performance
Billa Croo and Caldale (Eday) test sites and other locations in Orkney.
two.2.4) Description of the procurement
We wish to appoint a contractor “supplier” to work in partnership providing a single-supplier framework agreement for the supply of qualified Electrical Authorised Persons and others to carry out the following services:
a) Routine site works (fixed annual fee),
b) Non-routine works including offshore electrical connection works (chargeable fixed rate),
c) Projects including procurement of specialist electrical asset items (bespoke fixed price or at chargeable fixed rate with agreed mark up on procurement costs),
d) Administration (fixed annual fee).
two.2.5) Award criteria
Quality criterion - Name: Value for Money / Weighting: 20
Quality criterion - Name: Experience of Contractor / Weighting: 20
Quality criterion - Name: Response times / Weighting: 15
Quality criterion - Name: Suitability of the proposed methodologies / Weighting: 20
Quality criterion - Name: Health & Safety / Weighting: 5
Quality criterion - Name: Environmental Impact / Weighting: 5
Price - Weighting: 15
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Two one-year renewals, subject to review, up to a total contract duration of 5 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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
The supplier shall have and maintain National Electricity Registration Scheme (NERS) accreditation (or equivalent) for the duration of the contract period. Registration should include but not be limited to:
2.3.1 Construction Scope
- Excavation and Backfilling up to tile tape level (Civil Works)
- Cable Laying: up to and including 11 kV LV
- Jointing: up to and including 11 kV LV
- Substation Installation: up to and including 11 kV
- Control engineering and SCADA interfaces with existing infrastructure and future developments.
2.3.2 Design Scope
- Electrical Design of Distribution Networks Covering:
- ELV Cable Networks to required standard
- LV Cable Networks to Industrial/Commercial Properties
- HV Cable Networks 33 kV
- Substation Layouts to 33 kV
- Control and SCADA interfaces
2.3.3 ATEX Personnel
The “supplier” shall have and maintain CompEx qualifications for the duration of the contract period. Registration should include but not be limited to:
- Qualification to EX01, EX02, EX03 & EX04 for installation, maintenance and inspection in hazardous areas which contain gas & vapours.
- Qualification to ExF+ for working on any site which contains hazardous areas.
- Qualification to Ex11 for any mechanical operatives in hazardous areas.
- Qualification to Ex12 for any design engineers who specify electrical equipment in hazardous areas.
- IEC or equivalent certification for electrical work within hydrogen systems.
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.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 August 2023
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: 36 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
21 August 2023
Local time
5:00pm
Place
Stromness, Orkney
Information about authorised persons and opening procedure
Mike Partridge, Projects Controller
Bids checked and distributed to assessment panel
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=738046.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:738046)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=738046
six.4) Procedures for review
six.4.1) Review body
Sheriff Court
Sheriff Court House, Watergate
Kirkwall
KW15 1PD
Telephone
+44 1856852110
Country
United Kingdom
Internet address
https://www.scotcourts.gov.uk/the-courts/court-locations/kirkwall-sheriff-court