Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

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

  • Cyhoeddwyd gyntaf: 11 Hydref 2023
  • Wedi'i addasu ddiwethaf: 11 Hydref 2023

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-040ad5
Cyhoeddwyd gan:
Portsmouth City Council
ID Awudurdod:
AA20789
Dyddiad cyhoeddi:
11 Hydref 2023
Dyddiad Cau:
14 Tachwedd 2023
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Portsmouth City Council

Civic Offices,Guildhall Square

PORTSMOUTH

PO1 2AL

UK

Person cyswllt: Procurement Service

Ffôn: +44 2392688235

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

NUTS: UKJ31

Cyfeiriad(au) rhyngrwyd

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

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

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


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

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


Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:

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


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

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

II.1.2) Prif god CPV

31000000

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

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) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 14 150 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

31100000

31200000

31300000

31600000

42410000

50532000

51110000

51230000

71323100

71328000

71334000

71356000

71632200

71700000

73300000

II.2.3) Man cyflawni

Cod NUTS:

UKJ31


Prif safle neu fan cyflawni:

Portsmouth International Port

II.2.4) Disgrifiad o’r caffaeliad

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) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 14 150 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 136

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 14/11/2023

Amser lleol: 14:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 4  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 14/11/2023

Amser lleol: 15:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

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) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

The High Court of Justice

The Strand

London

WCA 2LL

UK

Ffôn: +44 2079476000

VI.5) Dyddiad anfon yr hysbysiad hwn

10/10/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
31600000 Cyfarpar ac offer trydanol Peiriannu, cyfarpar, offer a defnyddiau traul trydanol; goleuadau
42410000 Cyfarpar codi a thrin Cyfarpar a chydrannau codi a thrin
31200000 Cyfarpar dosbarthu a rheoli trydan Peiriannu, cyfarpar, offer a defnyddiau traul trydanol; goleuadau
73300000 Dylunio a chyflawni gwaith ymchwil a datblygu Gwasanaethau ymchwil a datblygu a gwasanaethau ymgynghori cysylltiedig
50532000 Gwasanaethau atgyweirio a chynnal a chadw peiriannau a chyfarpar trydanol a chyfarpar cysylltiedig Gwasanaethau atgyweirio a chynnal a chadw peiriannau
71323100 Gwasanaethau dylunio systemau pwer trydanol Gwasanaethau dylunio peirianneg ar gyfer cyfarpar traffig
51230000 Gwasanaethau gosod cyfarpar profi Gwasanaethau gosod cyfarpar ar gyfer mesur, gwirio, profi a llywio
51110000 Gwasanaethau gosod cyfarpar trydanol Gwasanaethau gosod cyfarpar trydanol a mecanyddol
71328000 Gwasanaethau gwirio dyluniad strwythurau sy’n dal pwysau Gwasanaethau dylunio peirianneg
71700000 Gwasanaethau monitro a rheoli Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
71334000 Gwasanaethau peirianneg fecanyddol a thrydanol Gwasanaethau peirianneg amrywiol
71632200 Gwasanaethau profion anninistriol Gwasanaethau profi technegol
71356000 Gwasanaethau technegol Gwasanaethau yswiriant peirianneg, ategol, cyfartalog, colled, actiwaraidd ac achub
31300000 Gwifrau a cheblau ynysedig Peiriannu, cyfarpar, offer a defnyddiau traul trydanol; goleuadau
31100000 Moduron, generaduron a newidyddion trydan Peiriannu, cyfarpar, offer a defnyddiau traul trydanol; goleuadau
31000000 Peiriannu, cyfarpar, offer a defnyddiau traul trydanol; goleuadau Technoleg ac Offer

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
procurement.procurementservice@portsmouthcc.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.