Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

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

  • First published: 11 October 2023
  • Last modified: 11 October 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-040ad5
Published by:
Portsmouth City Council
Authority ID:
AA20789
Publication date:
11 October 2023
Deadline date:
14 November 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Portsmouth City Council

Civic Offices,Guildhall Square

PORTSMOUTH

PO1 2AL

UK

Contact person: Procurement Service

Telephone: +44 2392688235

E-mail: procurement.procurementservice@portsmouthcc.gov.uk

NUTS: UKJ31

Internet address(es)

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

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

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

II.1.2) Main CPV code

31000000

 

II.1.3) Type of contract

Supplies

II.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.

II.1.5) Estimated total value

Value excluding VAT: 14 150 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

31100000

31200000

31300000

31600000

42410000

50532000

51110000

51230000

71323100

71328000

71334000

71356000

71632200

71700000

73300000

II.2.3) Place of performance

NUTS code:

UKJ31


Main site or place of performance:

Portsmouth International Port

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 14 150 000.00  GBP

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

Duration in months: 136

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.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.

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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 14/11/2023

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 14/11/2023

Local time: 15:00

Section VI: Complementary information

VI.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.

VI.4) Procedures for review

VI.4.1) Review body

The High Court of Justice

The Strand

London

WCA 2LL

UK

Telephone: +44 2079476000

VI.5) Date of dispatch of this notice

10/10/2023

Coding

Commodity categories

ID Title Parent category
73300000 Design and execution of research and development Research and development services and related consultancy services
31100000 Electric motors, generators and transformers Electrical machinery, apparatus, equipment and consumables; lighting
31600000 Electrical equipment and apparatus Electrical machinery, apparatus, equipment and consumables; lighting
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment
71323100 Electrical power systems design services Engineering-design services for industrial process and production
31200000 Electricity distribution and control apparatus Electrical machinery, apparatus, equipment and consumables; lighting
51110000 Installation services of electrical equipment Installation services of electrical and mechanical equipment
51230000 Installation services of testing equipment Installation services of equipment for measuring, checking, testing and navigating
31300000 Insulated wire and cable Electrical machinery, apparatus, equipment and consumables; lighting
42410000 Lifting and handling equipment Lifting and handling equipment and parts
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
71700000 Monitoring and control services Architectural, construction, engineering and inspection services
71632200 Non-destructive testing services Technical testing services
50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment Repair and maintenance services of machinery
71356000 Technical services Engineering-related scientific and technical services
71328000 Verification of load-bearing structure design services Engineering design services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement.procurementservice@portsmouthcc.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.