Section one: Contracting authority
one.1) Name and addresses
Caledonian Maritime Assets Ltd
Municipal Buildings
Port Glasgow
PA14 5EQ
Contact
Denise Kyle
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12082
one.1) Name and addresses
Comhairle nan Eilean Siar
Council Offices, Sandwick Road
Stornoway
HS1 2BW
Telephone
+44 1851600501
Country
United Kingdom
NUTS code
UKM64 - Na h-Eileanan Siar (Western Isles)
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00262
one.1) Name and addresses
The Highland Council
Glenurquhart Road
Inverness
IV3 5BX
Contact
Garry Smith
Telephone
+44 1851600501
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
http://katie.macaulay@highland.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045
one.1) Name and addresses
Argyll and Bute Council
Kilmory
Lochgilphead
PA31 8RT
Contact
Garry Smith
procurement@argyll-bute.gov.uk
Telephone
+44 1851600501
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00063
one.2) Information about joint procurement
The contract involves joint procurement
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Shore Power Systems Framework
Reference number
CMAL0317
two.1.2) Main CPV code
- 45300000 - Building installation work
two.1.3) Type of contract
Works
two.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.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £2,382,920
two.2) Description
two.2.1) Title
Lot 2 - "Islay" routes including Kennacraig, in Argyll & Bute; and Port Askaig and Port Ellen, on the Isle of Islay
Lot No
2
two.2.2) Additional CPV code(s)
- 45231400 - Construction work for electricity power lines
- 31321000 - Electricity power lines
- 45315300 - Electricity supply installations
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
The West of Scotland and Clyde Estuary
two.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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Quality criterion - Name: Price / Weighting: 40%
Price - Weighting: Price
two.2.11) Information about options
Options: Yes
Description of options
CMAL reserves the right to request additional services from the successful supplier.
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 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
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-019376
Section five. Award of contract
Lot No
2
Title
Lot 2 - "Islay" routes including Kennacraig, in Argyll & Bute; and Port Askaig and Port Ellen, on the Isle of Islay
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 December 2024
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 5
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
ABB Limited
Daresbury Park
Daresbury
WA4 4BT
Country
United Kingdom
NUTS code
- UKD6 - Cheshire
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £2,382,920
Section six. Complementary information
six.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.
(SC Ref:785006)
six.4) Procedures for review
six.4.1) Review body
Greenock Sherriff Court
Greenock
Country
United Kingdom