Tender

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

PORTSMOUTH CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

10 Oct 2023 at 15:41

Summary of the contracting process

The Portsmouth City Council is seeking tenders for the provision of Electrical Integrator and Cable Management System for Shoreside Power at Portsmouth International Port. The procurement process, currently in the Tender stage, involves the design, supply, installation, commissioning, and maintenance of high voltage shore power equipment. Key dates include the tender return deadline on 14th November 2023 and the contract award planned for 19th December 2023.

This tender presents an opportunity for contractors specialising in electrical equipment and maintenance services to secure contracts worth up to £14m for initial installation and £15,000 per annum for ongoing maintenance. Businesses interested in bidding should consider the NEC 4 contract terms and participate in site visits scheduled for October 16th and 17th, 2023 at Portsmouth International Port. The procurement method is the Open Procedure under the Public Contracts Regulations (2015).

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

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

Notice 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 PS12 - PS14m. 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 PS10,000 - PS15,000 per annum. The initial period is for 3 years in the range of PS30,000-PS45,000. An option to extend for a further 7 years, to a maximum total 10-year term would be in the range of PS100,000 - PS150,000. 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.

Lot Information

Lot 1

BACKGROUND Portsmouth International Port has been awarded PS19.8m 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.

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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-040ad5
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029881-2023
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

42 - Industrial machinery

50 - Repair and maintenance services

51 - Installation services (except software)

71 - Architectural, construction, engineering and inspection services

73 - Research and development services and related consultancy services


CPV Codes

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

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

Notice Value(s)

Tender Value
£14,150,000 £10M-£100M
Lots Value
£14,150,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Oct 20232 years ago
Submission Deadline
14 Nov 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
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.

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
PORTSMOUTH CITY COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
PORTSMOUTH
Postcode
PO1 2AL
Post Town
Portsmouth
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ31 Portsmouth
Delivery Location
TLJ31 Portsmouth

Local Authority
Portsmouth
Electoral Ward
Charles Dickens
Westminster Constituency
Portsmouth South

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-040ad5-2023-10-10T16:41:01+01:00",
    "date": "2023-10-10T16:41:01+01:00",
    "ocid": "ocds-h6vhtk-040ad5",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-040ad5",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Electrical Integrator and Cable Management System for Shoreside Power - Portsmouth International Port",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "31000000",
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
        },
        "mainProcurementCategory": "goods",
        "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 PS12 - PS14m. 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 PS10,000 - PS15,000 per annum. The initial period is for 3 years in the range of PS30,000-PS45,000. An option to extend for a further 7 years, to a maximum total 10-year term would be in the range of PS100,000 - PS150,000. 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.",
        "value": {
            "amount": 14150000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "BACKGROUND Portsmouth International Port has been awarded PS19.8m 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.",
                "value": {
                    "amount": 14150000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 4080
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31100000",
                        "description": "Electric motors, generators and transformers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31200000",
                        "description": "Electricity distribution and control apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31300000",
                        "description": "Insulated wire and cable"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31600000",
                        "description": "Electrical equipment and apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42410000",
                        "description": "Lifting and handling equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50532000",
                        "description": "Repair and maintenance services of electrical machinery, apparatus and associated equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51110000",
                        "description": "Installation services of electrical equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51230000",
                        "description": "Installation services of testing equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71323100",
                        "description": "Electrical power systems design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71328000",
                        "description": "Verification of load-bearing structure design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71334000",
                        "description": "Mechanical and electrical engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356000",
                        "description": "Technical services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71632200",
                        "description": "Non-destructive testing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71700000",
                        "description": "Monitoring and control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73300000",
                        "description": "Design and execution of research and development"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ31"
                    }
                ],
                "deliveryLocation": {
                    "description": "Portsmouth International Port"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://in-tendhost.co.uk/portsmouthcc/aspx/home",
        "communication": {
            "atypicalToolUrl": "https://in-tendhost.co.uk/portsmouthcc/aspx/home"
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-11-14T14:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2023-11-14T15:00:00Z"
        },
        "bidOpening": {
            "date": "2023-11-14T15:00:00Z"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "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."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-63934",
            "name": "Portsmouth City Council",
            "identifier": {
                "legalName": "Portsmouth City Council",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "Civic Offices,Guildhall Square",
                "locality": "PORTSMOUTH",
                "region": "UKJ31",
                "postalCode": "PO1 2AL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Procurement Service",
                "telephone": "+44 2392688235",
                "email": "procurement.procurementservice@portsmouthcc.gov.uk",
                "url": "https://in-tendhost.co.uk/portsmouthcc/aspx/home"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.portsmouth.gov.uk/ext/business/business.aspx",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-42070",
            "name": "The High Court of Justice",
            "identifier": {
                "legalName": "The High Court of Justice"
            },
            "address": {
                "streetAddress": "The Strand",
                "locality": "London",
                "postalCode": "WCA 2LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2079476000"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-63934",
        "name": "Portsmouth City Council"
    },
    "language": "en"
}