Tender

Electrical Integrator and Cable Management System for Shoreside Power - Portsmouth International Port

  • Portsmouth City Council

F02: Contract notice

Notice identifier: 2023/S 000-029881

Procurement identifier (OCID): ocds-h6vhtk-040ad5

Published 10 October 2023, 4:41pm



Section one: Contracting authority

one.1) Name and addresses

Portsmouth City Council

Civic Offices,Guildhall Square

PORTSMOUTH

PO1 2AL

Contact

Procurement Service

Email

procurement.procurementservice@portsmouthcc.gov.uk

Telephone

+44 2392688235

Country

United Kingdom

Region code

UKJ31 - Portsmouth

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.portsmouth.gov.uk/ext/business/business.aspx

one.3) Communication

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

https://in-tendhost.co.uk/portsmouthcc/aspx/home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/portsmouthcc/aspx/home

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://in-tendhost.co.uk/portsmouthcc/aspx/home

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Electrical Integrator and Cable Management System for Shoreside Power - Portsmouth International Port

two.1.2) Main CPV code

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting

two.1.3) Type of contract

Supplies

two.1.4) Short description

Portsmouth City Council ('the council') is inviting tenders from suitably qualified contractors to provide design, supply (including procurement, fabrication/assembly, factory testing, delivery to site), installation, commissioning and maintenance of the electrical equipment for the high voltage shore power system at Portsmouth International Port (PIP).

The awarded contractor will be responsible for the electrical equipment for the high voltage shore power system from the incoming supply at the port boundary to shore connection and CMS. This includes:

• Electrical integration of equipment including, but not limited to, shoreside sub-stations, transformers, frequency convertors, switch boards.

• Cable management system (CMS) for the vessel connection system, usually comprising, but not limited to connection cabinet, dispenser(s), cables and plug system.

The awarded contractor will be responsible for sub-contracting any specialist works, such as CMS.

The council is aiming to award two contracts on 19th December 2023 to the preferred bidder:

1. CONTRACT FOR DESIGN, SUPPLY, INSTALLATION AND COMMISSIONING OF EQUIPMENT - Value range of £12 - £14m. Following award the contract will start late Dec 2023 /early Jan 2024, with design complete by end of Q1 2024. This will be followed by an 11-month period for manufacture, supply & installation, with a further month for testing & commissioning, completing by 31st March 2025. Contract form will be NEC 4 Engineering and Construction Contract (EEC) with Option A.

2. CONTRACT TO PROVIDE ONGOING MAINTENANCE & SERVICING OF EQUIPMENT - Value is in the range £10,000 - £15,000 per annum. The initial period is for 3 years in the range of £30,000-£45,000. An option to extend for a further 7 years, to a maximum total 10-year term would be in the range of £100,000 - £150,000. Contract form will be NEC 4 Term Service Contract (TSC) with Option A.

It is the council's clear preference for the successful Tenderer to enter into a contract on the basis of these terms and conditions, which have not been subject to any material changes.

Where changes are proposed that significantly alter the relative commercial and risk positions of the parties to the detriment of the council, this will result in significantly lower scores for this section of the proposal and may even result in bids being set aside in their entirety.

Site visits will be held at the Port on Monday 16th and Tuesday 17th October 2023 starting at 11.00am. Places to be booked via the correspondence function of Intend.

The procurement process will be in accordance with the Open Procedure as set out within the Public Contracts Regulations (2015).

The procurement timetable:

• Contract notice published on FTS - Tuesday 10th October 2023

• Tender documents on In-tend - Tuesday 10th October 2023

• Site visits - Monday 16th and Tuesday 17th October 2023 (Virtual visit available on Thursday 19th October 2023)

• Deadline for clarification - Tuesday 7th November 2023 @ 23:59

• Tender return deadline - Tuesday 14th November 2023 @ 14:00

• Notification of Award - Friday 8th December 2023

• Standstill period - 8th - 18th December 2023

• Contract award - Tuesday 19th December 2023

• Start of contract - Latest Friday 5th January 2023

The deadline for clarifications is Tuesday 7th November 2023 (23:59) and the deadline for submission of tenders is Tuesday 14th November 2023 (14:00) via the Council's e-sourcing system InTend, which is accessible via: https://intendhost.co.uk/portsmouthcc/aspx/home.

The system will be used to administrate the procurement process in its entirety, guidance documentation is available via the link above.

two.1.5) Estimated total value

Value excluding VAT: £14,150,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31100000 - Electric motors, generators and transformers
  • 31200000 - Electricity distribution and control apparatus
  • 31300000 - Insulated wire and cable
  • 31600000 - Electrical equipment and apparatus
  • 42410000 - Lifting and handling equipment
  • 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
  • 51110000 - Installation services of electrical equipment
  • 51230000 - Installation services of testing equipment
  • 71323100 - Electrical power systems design services
  • 71328000 - Verification of load-bearing structure design services
  • 71334000 - Mechanical and electrical engineering services
  • 71356000 - Technical services
  • 71632200 - Non-destructive testing services
  • 71700000 - Monitoring and control services
  • 73300000 - Design and execution of research and development

two.2.3) Place of performance

NUTS codes
  • UKJ31 - Portsmouth
Main site or place of performance

Portsmouth International Port

two.2.4) Description of the procurement

BACKGROUND

Portsmouth International Port has been awarded £19.8m from the Zero Emissions Vessels and Infrastructure competition (ZEVI), funded by the UK Government and delivered in partnership with Innovate UK.

The grant will allow the port to embark on a ground breaking decarbonisation project to build and operate a new shore power system serving the 3 largest and busiest berths at PIP, meeting the operational needs of the port and ensuring seamless compatibility with different ship types by March 2025.

SSEN have been secured to provide 15MVA to the port boundary.

The shoreside power project construction will be managed via a Civils Contractor (to be appointed) following the completion of a detailed design. The civils contractor will be responsible for the construction phase of the project including coordinating with the awarded contractor on the installation of electrical components.

WARRANTY OF EQUIPMENT

Warranty of equipment - The initial term will be required for 3 years with possibility of extending the term by a further 2 years to a maximum of 5 years in increments to be agreed.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £14,150,000

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

Duration in months

136

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Service and maintenance contract - The initial contract term will be for 3 years with possibility of extending the term by a further 7 years to a maximum total term of 10 years in increments to be agreed, subject to the agreement and performance of both parties.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


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

14 November 2023

Local time

2:00pm

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

14 November 2023

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: If the Service & Maintenance contract is awarded and no

extension options are taken up a further notice is likely to be published in September 2027. This will be dependent on the nature of future requirements and the need for a new contract.

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Strand

London

WCA 2LL

Telephone

+44 2079476000

Country

United Kingdom