Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Caledonian Maritime Assets Ltd
Municipal Buildings
Port Glasgow
PA14 5EQ
UK
Contact person: Denise Kyle
E-mail: procurement@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.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
II.1.7) Total value of the procurement
Value excluding VAT:
2 382 920.00
GBP
II.2) Description
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
Quality criterion: Quality
/ Weighting: 60%
Quality criterion: Price
/ Weighting: 40%
Price
/ Weighting:
Price
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 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
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-019376
Section V: 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
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/12/2024
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from 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
V.2.3) Name and address of the contractor
ABB Limited
Daresbury Park
Daresbury
WA4 4BT
UK
NUTS: UKD6
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 2 382 920.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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.
(SC Ref:785006)
VI.4) Procedures for review
VI.4.1) Review body
Greenock Sherriff Court
Greenock
UK
VI.5) Date of dispatch of this notice
04/12/2024