{"uri":"https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000768978","version":"1.1","publishedDate":"2026-03-13T13:30:11.8710355Z","records":[{"ocid":"ocds-r6ebe6-0000768978","releases":[{"id":"rls-1-JUN508217","ocid":"ocds-r6ebe6-0000768978","date":"2024-06-25T00:00:00Z","tag":["tender"],"initiationType":"tender","parties":[{"name":"Caledonian Maritime Assets Ltd","id":"org-1","identifier":{"legalName":"Caledonian Maritime Assets Ltd"},"address":{"streetAddress":"Municipal Buildings","locality":"Port Glasgow","region":"UKM83","postalCode":"PA14 5EQ"},"contactPoint":{"name":"Denise Kyle","email":"denise.kyle@cmassets.co.uk","url":"https://www.publictendersscotland.publiccontractsscotland.gov.uk/"},"roles":["buyer"],"details":{"classifications":[{"id":"Body governed by public law","scheme":"TED_CA_TYPE"},{"id":"Transport","scheme":"COFOG"},{"id":"Harbour Authority & Asset Owner","scheme":"COFOG"}],"url":"http://www.cmassets.co.uk"}},{"name":"Comhairle nan Eilean Siar","id":"org-2","identifier":{"legalName":"Comhairle nan Eilean Siar"},"address":{"streetAddress":"Council Offices, Sandwick Road","locality":"Stornoway","region":"UKM64","postalCode":"HS1 2BW"},"contactPoint":{"email":"contracts@cne-siar.gov.uk","telephone":"+44 1851600501"},"roles":["buyer"]},{"name":"The Highland Council","id":"org-3","identifier":{"legalName":"The Highland Council"},"address":{"streetAddress":"Glenurquhart Road","locality":"Inverness","region":"UKM6","postalCode":"IV3 5BX"},"contactPoint":{"name":"Garry Smith","email":"Garry.Smith@highland.gov.uk"},"roles":["buyer"]},{"name":"Argyll and Bute Council","id":"org-4","identifier":{"legalName":"Argyll and Bute Council"},"address":{"streetAddress":"Kilmory","locality":"Lochgilphead","region":"UKM","postalCode":"PA31 8RT"},"contactPoint":{"email":"procurement@argyll-bute.gov.uk"},"roles":["buyer"]},{"name":"Greenock Sherriff Court","id":"org-5","identifier":{"legalName":"Greenock Sherriff Court"},"address":{"locality":"Greenock"},"contactPoint":{"url":"http://"},"roles":["reviewBody"]}],"buyer":{"name":"Caledonian Maritime Assets Ltd","id":"org-1"},"tender":{"id":"CMAL0317","title":"Shore Power Systems Framework","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.","status":"active","items":[{"id":"1","additionalClassifications":[{"id":"31321000","scheme":"CPV"},{"id":"45231400","scheme":"CPV"},{"id":"45315300","scheme":"CPV"}],"deliveryLocation":{"description":"The West of Scotland and Clyde Estuary"},"deliveryAddresses":[{"region":"UKM"}],"relatedLot":"1"},{"id":"2","additionalClassifications":[{"id":"45231400","scheme":"CPV"},{"id":"31321000","scheme":"CPV"},{"id":"45315300","scheme":"CPV"}],"deliveryLocation":{"description":"The West of Scotland and Clyde Estuary"},"deliveryAddresses":[{"region":"UKM"}],"relatedLot":"2"},{"id":"3","additionalClassifications":[{"id":"31321000","scheme":"CPV"},{"id":"45231400","scheme":"CPV"},{"id":"45315300","scheme":"CPV"}],"deliveryLocation":{"description":"The West of Scotland and Clyde Estuary"},"deliveryAddresses":[{"region":"UKM"}],"relatedLot":"3"},{"id":"4","additionalClassifications":[{"id":"31321000","scheme":"CPV"},{"id":"45231400","scheme":"CPV"},{"id":"45315300","scheme":"CPV"}],"deliveryLocation":{"description":"The West of Scotland and Clyde Estuary"},"deliveryAddresses":[{"region":"UKM"}],"relatedLot":"4"},{"id":"5","additionalClassifications":[{"id":"31321000","scheme":"CPV"},{"id":"45231400","scheme":"CPV"},{"id":"45315300","scheme":"CPV"}],"deliveryLocation":{"description":"The West of Scotland and Clyde Estuary"},"deliveryAddresses":[{"region":"UKM"}],"relatedLot":"5"},{"id":"6","additionalClassifications":[{"id":"31321000","scheme":"CPV"},{"id":"45231400","scheme":"CPV"},{"id":"45315300","scheme":"CPV"}],"deliveryLocation":{"description":"The West of Scotland and Clyde Estuary"},"deliveryAddresses":[{"region":"UKM"}],"relatedLot":"6"}],"procurementMethod":"open","procurementMethodDetails":"Open procedure","mainProcurementCategory":"works","submissionMethod":["written"],"tenderPeriod":{"endDate":"2024-07-30T12:00:00Z"},"awardPeriod":{"startDate":"2024-08-07T12:00:00Z"},"documents":[{"id":"JUN508217","documentType":"contractNotice","title":"Shore Power Systems Framework","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.","url":"https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN508217","format":"text/html"}],"lots":[{"id":"1","title":"Lot 1 - \"Little Minch\" routes including Lochmaddy, on the Isle of Lewis; Tarbert, on the Isle of Harris; and Uig, on the Isle of Skye","description":"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.","status":"active","awardCriteria":{"criteria":[{"type":"quality","name":"Quality","description":"60%"},{"type":"price","description":"Price"}]},"options":{"description":"CMAL reserves the right to request additional services from the successful supplier"},"hasOptions":true,"submissionTerms":{"variantPolicy":"allowed"},"contractPeriod":{"durationInDays":2880},"hasRenewal":true,"renewal":{"description":"tba"}},{"id":"2","title":"Lot 2 - \"Islay\" routes including Kennacraig, in Argyll & Bute; and Port Askaig and Port Ellen, on the Isle of Islay","description":"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.","status":"active","awardCriteria":{"criteria":[{"type":"quality","name":"Quality","description":"60%"},{"type":"price","description":"Price"}]},"options":{"description":"CMAL reserves the right to request additional services from the successful supplier."},"hasOptions":true,"submissionTerms":{"variantPolicy":"allowed"},"contractPeriod":{"durationInDays":2880},"hasRenewal":true,"renewal":{"description":"tba"}},{"id":"3","title":"Lot 3 - Small Vessel Replacement Programme Phase 1","description":"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.","status":"active","awardCriteria":{"criteria":[{"type":"quality","name":"Quality","description":"60%"},{"type":"price","description":"Price"}]},"options":{"description":"CMAL reserves the right to request additional services from the successful supplier."},"hasOptions":true,"submissionTerms":{"variantPolicy":"allowed"},"contractPeriod":{"durationInDays":2880},"hasRenewal":true,"renewal":{"description":"tba"}},{"id":"4","title":"Lot 4 - \"Lochboisdale\" route including Lochboisdale, on the Isle of South Uist","description":"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.","status":"active","awardCriteria":{"criteria":[{"type":"quality","name":"Quality","description":"60%"},{"type":"price","description":"Price"}]},"options":{"description":"CMAL reserves the right to request additional services from the successful supplier."},"hasOptions":true,"submissionTerms":{"variantPolicy":"allowed"},"contractPeriod":{"durationInDays":2880},"hasRenewal":true,"renewal":{"description":"tba"}},{"id":"5","title":"Lot 5 - Small Vessel Replacement Programme Phase 2","description":"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.","status":"active","awardCriteria":{"criteria":[{"type":"quality","name":"Quality","description":"60%"},{"type":"price","description":"Price"}]},"options":{"description":"CMAL reserves the right to request additional services from the successful supplier."},"hasOptions":true,"submissionTerms":{"variantPolicy":"allowed"},"contractPeriod":{"durationInDays":2880},"hasRenewal":true,"renewal":{"description":"tba"}},{"id":"6","title":"Lot 6 - \"Mull\" routes including Oban, in Argyll & Bute; and Craignure, on the Isle of Mull","description":"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.","status":"active","awardCriteria":{"criteria":[{"type":"quality","name":"Quality","description":"60%"},{"type":"price","description":"Price"}]},"options":{"description":"CMAL reserves the right to request additional services from the successful supplier."},"hasOptions":true,"submissionTerms":{"variantPolicy":"allowed"},"contractPeriod":{"durationInDays":2880},"hasRenewal":true,"renewal":{"description":"tba"}}],"lotDetails":{"maximumLotsBidPerSupplier":2147483647,"awardCriteriaDetails":"CMAL wishes to appoint to a sole supplier in a multi lot framework to provide a standardised solution for vessel operability across the network. The lots are split into geographical locations and will be called off subject to approval of the programme of works."},"bidOpening":{"date":"2024-08-07T12:00:00Z","address":{"streetAddress":"Port Glasgow"}},"communication":{"atypicalToolUrl":"https://www.publictendersscotland.publiccontractsscotland.gov.uk/"},"coveredBy":["GPA"],"selectionCriteria":{"criteria":[{"type":"suitability","description":"SPD4C.7 - Environmental Management\r\n 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."},{"type":"economic","minimum":"Economic Operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulation 2015.\r\n Where an Applicant is a group of economic operators (Such as a Consortium), the Lead Party of that Group must comply with the minimum financial requirements.\r\n Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations.\r\n SPD 4B.51A-3 INSURANCE LEVELS - Employers and Public Liability: The minimum indemnity limit of GBP TEN Million (10,000,000) pounds STERLING shall be taken out and maintained throughout the period of services in respect of each claim without limit to the number of claims\tProfessional Risk Indemnity: The minimum indemnity limit of GBP TEN Million (10,000,000) pounds STERLING shall be taken out and maintained throughout the period of services in respect of each claim without limit to the number of claims\r\n FINANCIAL STANDING - (4B.6 SPD Statement):\r\n CMAL will obtain a financial report from Dun & Bradstreet using the company registration numbers submitted by Tenderers (and where the Tenderer is a Consortium, for all members of their Consortium) with their response. If any Tenderer (including any Consortium member) is assessed as an overall business risk of “high”, the Tenderer will fail the economic and financial standing test."},{"type":"technical","description":"4C.1 SPD Experience Question - Tenderers will be required to provide three (3) examples of projects which involved works of a similar scope, complexity and value to this project that demonstrate that the Tenderers has relevant capability and experience to deliver the works in a marine environment along with the knowledge, skills, capacity and capability reverent to CMAL's project as detailed in CMAL’s tender documents. Examples should be from projects completed within the past seven (7) years due to the specialist nature. It is essential that responses demonstrates projects that include: Design/design coordination of off shore power systems involving fabrication installation and maintenance of works undertaken in a live ferry terminal, administered using the NEC engineering and construction contracts. Examples can be from the public and private sector.\r\n Each example should include a detailed description of the project and scope, the value (amount) of the project, the date of the contract award, programme duration and details of any delays to the programme, details of the client, project stakeholders (Harbour Owner, Harbour Operator, Sub-Contractor(s), Distribution Network Operator and others), Installation, commissioning, testing and maintenance of shore power systems.\r\n References for each project - providing referees name, company, position and E-mail and or telephone number.\r\n Responses to this question should not exceed 2xA4 pages per example Arial font 11 excluding photographs (figures and diagrams may be used to accompany text but should be restricted to one per page), with 100% attributed to the 3 examples required for this contract. Where a submission exceeds the maximum number of pages included per example, no account will be taken of the content of the pages beyond the maximum. A minimum combination pass mark of 60% out of 100% is required in total for this section. Any bidder who fails to achieve the minimum for this question will be excluded at this stage.\r\n Referee Verification - CMAL may contact and/or visit customers identified by Tenderers within the SPD(s) in order to verify Tenderer's claims and statements. The Evaluation Panel will use the information provided by the referee(s) to finalise their SPD (Scotland) evaluation.","minimum":"Bidders must ensure that all organisational representatives who attend site to provide services are adequately trained and competent to carry out the required tasks. Bidders must provide appropriate written site specific Risk Assessment and Method Statements (RAMS) for all aspects of the work to appropriate CMAL staff. The successful supplier shall liaise with the CFL Port Manager having responsibility for the location with regard to site induction, work permits, ferry and other harbour operations.\r\n SPD 4C.5 Tenderers will be required to confirm that they will allow checks to be conducted on their production and technical capacities and on the quality control measures employed."}]},"submissionTerms":{"languages":["en"],"bidValidityPeriod":{"durationInDays":90}},"techniques":{"hasFrameworkAgreement":true,"frameworkAgreement":{"maximumParticipants":4.0,"periodRationale":"This framework agreement will exceed 4 years due to the funding model. Approval of the lots will have different timelines, some of which are yet unknown due to future approval of budgets."}},"classification":{"id":"45300000","scheme":"CPV"},"hasRecurrence":false,"legalBasis":{"id":"32014L0024","scheme":"CELEX"}},"language":"EN","description":"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.\r\n 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.\r\n 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\r\n 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.\r\n Tenderers will be required to confirm that they have a health and safety management system complying with BS EN ISO 45001, or equivalent.\r\n 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.\r\n Fair Work Practices - Tenderers will be asked to commit to adopting Fair Work First in the delivery of this contract. SPD4C.7 - Environmental Management\r\n 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.\r\n The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 12345. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\r\n A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363\r\n Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\r\n A summary of the expected community benefits has been provided as follows:\r\n See tender documentation.\r\n (SC Ref:768978)","links":[{"rel":"canonical","href":"https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000768978"}]},{"id":"rls-2-JUL510177","ocid":"ocds-r6ebe6-0000768978","date":"2024-07-18T00:00:00Z","tag":["tenderUpdate"],"initiationType":"tender","parties":[{"name":"Caledonian Maritime Assets Ltd","id":"org-1","identifier":{"legalName":"Caledonian Maritime Assets Ltd"},"address":{"streetAddress":"Municipal Buildings","locality":"Port Glasgow","region":"UKM83","postalCode":"PA14 5EQ"},"contactPoint":{"name":"Denise Kyle","email":"denise.kyle@cmassets.co.uk","url":"https://www.publictendersscotland.publiccontractsscotland.gov.uk/"},"roles":["buyer"],"details":{"classifications":[{"id":"Body governed by public law","scheme":"TED_CA_TYPE"},{"id":"Transport","scheme":"COFOG"},{"id":"Harbour Authority & Asset Owner","scheme":"COFOG"}],"url":"http://www.cmassets.co.uk"}},{"name":"Comhairle nan Eilean Siar","id":"org-2","identifier":{"legalName":"Comhairle nan Eilean Siar"},"address":{"streetAddress":"Council Offices, Sandwick Road","locality":"Stornoway","region":"UKM64","postalCode":"HS1 2BW"},"contactPoint":{"email":"contracts@cne-siar.gov.uk","telephone":"+44 1851600501"},"roles":["buyer"]},{"name":"The Highland Council","id":"org-3","identifier":{"legalName":"The Highland Council"},"address":{"streetAddress":"Glenurquhart Road","locality":"Inverness","region":"UKM6","postalCode":"IV3 5BX"},"contactPoint":{"name":"Garry Smith","email":"Garry.Smith@highland.gov.uk"},"roles":["buyer"]},{"name":"Argyll and Bute Council","id":"org-4","identifier":{"legalName":"Argyll and Bute Council"},"address":{"streetAddress":"Kilmory","locality":"Lochgilphead","region":"UKM","postalCode":"PA31 8RT"},"contactPoint":{"email":"procurement@argyll-bute.gov.uk"},"roles":["buyer"]}],"buyer":{"name":"Caledonian Maritime Assets Ltd","id":"org-1"},"tender":{"id":"CMAL0317","title":"Shore Power Systems Framework","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.","mainProcurementCategory":"works","amendments":[{"id":"amd-1","description":"Tender deadline extended.","unstructuredChanges":[{"oldValue":{"date":"2024-07-30T12:00:00Z"},"newValue":{"date":"2024-08-13T12:00:00Z"},"where":{"section":"IV.2.2","label":"Time limit"}},{"oldValue":{"date":"2024-08-07T12:00:00Z"},"newValue":{"date":"2024-08-13T12:00:00Z"},"where":{"section":"IV.2.7","label":"Conditions for opening of tenders"}}]}],"classification":{"id":"45300000","scheme":"CPV"},"legalBasis":{"id":"32014L0024","scheme":"CELEX"}},"language":"EN","links":[{"rel":"canonical","href":"https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000768978"}]},{"id":"rls-3-AUG511436","ocid":"ocds-r6ebe6-0000768978","date":"2024-08-06T00:00:00Z","tag":["tenderUpdate"],"initiationType":"tender","parties":[{"name":"Caledonian Maritime Assets Ltd","id":"org-1","identifier":{"legalName":"Caledonian Maritime Assets Ltd"},"address":{"streetAddress":"Municipal Buildings","locality":"Port Glasgow","region":"UKM83","postalCode":"PA14 5EQ"},"contactPoint":{"name":"Denise Kyle","email":"denise.kyle@cmassets.co.uk","url":"https://www.publictendersscotland.publiccontractsscotland.gov.uk/"},"roles":["buyer"],"details":{"classifications":[{"id":"Body governed by public law","scheme":"TED_CA_TYPE"},{"id":"Transport","scheme":"COFOG"},{"id":"Harbour Authority & Asset Owner","scheme":"COFOG"}],"url":"http://www.cmassets.co.uk"}},{"name":"Comhairle nan Eilean Siar","id":"org-2","identifier":{"legalName":"Comhairle nan Eilean Siar"},"address":{"streetAddress":"Council Offices, Sandwick Road","locality":"Stornoway","region":"UKM64","postalCode":"HS1 2BW"},"contactPoint":{"email":"contracts@cne-siar.gov.uk","telephone":"+44 1851600501"},"roles":["buyer"]},{"name":"The Highland Council","id":"org-3","identifier":{"legalName":"The Highland Council"},"address":{"streetAddress":"Glenurquhart Road","locality":"Inverness","region":"UKM6","postalCode":"IV3 5BX"},"contactPoint":{"name":"Garry Smith","email":"Garry.Smith@highland.gov.uk"},"roles":["buyer"]},{"name":"Argyll and Bute Council","id":"org-4","identifier":{"legalName":"Argyll and Bute Council"},"address":{"streetAddress":"Kilmory","locality":"Lochgilphead","region":"UKM","postalCode":"PA31 8RT"},"contactPoint":{"email":"procurement@argyll-bute.gov.uk"},"roles":["buyer"]}],"buyer":{"name":"Caledonian Maritime Assets Ltd","id":"org-1"},"tender":{"id":"CMAL0317","title":"Shore Power Systems Framework","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.","mainProcurementCategory":"works","amendments":[{"id":"amd-2","description":"Requests for extensions from bidders.","unstructuredChanges":[{"oldValue":{"date":"2024-08-13T12:00:00Z"},"newValue":{"date":"2024-08-16T12:00:00Z"},"where":{"section":"IV.2.2","label":"Time limit"}},{"oldValue":{"date":"2024-08-13T12:00:00Z"},"newValue":{"date":"2024-08-16T12:00:00Z"},"where":{"section":"IV.2.7","label":"Conditions for opening of tenders"}}]}],"classification":{"id":"45300000","scheme":"CPV"},"legalBasis":{"id":"32014L0024","scheme":"CELEX"}},"language":"EN","links":[{"rel":"canonical","href":"https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000768978"}]},{"id":"rls-4-DEC519619","ocid":"ocds-r6ebe6-0000768978","date":"2024-12-04T00:00:00Z","tag":["award","contract"],"initiationType":"tender","parties":[{"name":"Caledonian Maritime Assets Ltd","id":"org-1","identifier":{"legalName":"Caledonian Maritime Assets Ltd"},"address":{"streetAddress":"Municipal Buildings","locality":"Port Glasgow","region":"UKM83","postalCode":"PA14 5EQ"},"contactPoint":{"name":"Denise Kyle","email":"denise.kyle@cmassets.co.uk","url":"https://www.publictendersscotland.publiccontractsscotland.gov.uk/"},"roles":["buyer"],"details":{"classifications":[{"id":"Body governed by public law","scheme":"TED_CA_TYPE"},{"id":"Transport","scheme":"COFOG"},{"id":"Harbour Authority & Asset Owner","scheme":"COFOG"}],"url":"http://www.cmassets.co.uk"}},{"name":"Comhairle nan Eilean Siar","id":"org-2","identifier":{"legalName":"Comhairle nan Eilean Siar"},"address":{"streetAddress":"Council Offices, Sandwick Road","locality":"Stornoway","region":"UKM64","postalCode":"HS1 2BW"},"contactPoint":{"email":"contracts@cne-siar.gov.uk","telephone":"+44 1851600501"},"roles":["buyer"]},{"name":"The Highland Council","id":"org-3","identifier":{"legalName":"The Highland Council"},"address":{"streetAddress":"Glenurquhart Road","locality":"Inverness","region":"UKM6","postalCode":"IV3 5BX"},"contactPoint":{"name":"Garry Smith","email":"Garry.Smith@highland.gov.uk"},"roles":["buyer"]},{"name":"Argyll and Bute Council","id":"org-4","identifier":{"legalName":"Argyll and Bute Council"},"address":{"streetAddress":"Kilmory","locality":"Lochgilphead","region":"UKM","postalCode":"PA31 8RT"},"contactPoint":{"email":"procurement@argyll-bute.gov.uk"},"roles":["buyer"]},{"name":"ABB Limited","id":"org-6","identifier":{"legalName":"ABB Limited"},"address":{"streetAddress":"Daresbury Park","locality":"Daresbury","region":"UKD6","postalCode":"WA4 4BT"},"contactPoint":{},"roles":["supplier"],"details":{"scale":"large","url":"http://"}},{"name":"Greenock Sherriff Court","id":"org-5","identifier":{"legalName":"Greenock Sherriff Court"},"address":{"locality":"Greenock"},"contactPoint":{"url":"http://"},"roles":["reviewBody"]}],"buyer":{"name":"Caledonian Maritime Assets Ltd","id":"org-1"},"tender":{"id":"CMAL0317","title":"Shore Power Systems Framework","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.","status":"complete","items":[{"id":"2","additionalClassifications":[{"id":"45231400","scheme":"CPV"},{"id":"31321000","scheme":"CPV"},{"id":"45315300","scheme":"CPV"}],"deliveryLocation":{"description":"The West of Scotland and Clyde Estuary"},"deliveryAddresses":[{"region":"UKM"}],"relatedLot":"2"}],"procurementMethod":"open","procurementMethodDetails":"Open procedure","mainProcurementCategory":"works","documents":[{"id":"DEC519619","documentType":"awardNotice","title":"Shore Power Systems Framework","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.","url":"https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC519619","format":"text/html"}],"lots":[{"id":"2","title":"Lot 2 - \"Islay\" routes including Kennacraig, in Argyll & Bute; and Port Askaig and Port Ellen, on the Isle of Islay","description":"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.","status":"complete","awardCriteria":{"criteria":[{"type":"quality","name":"Quality","description":"60%"},{"type":"price","description":"Price"}]},"options":{"description":"CMAL reserves the right to request additional services from the successful supplier."},"hasOptions":true}],"lotDetails":{},"coveredBy":["GPA"],"techniques":{"hasFrameworkAgreement":true},"classification":{"id":"45300000","scheme":"CPV"},"legalBasis":{"id":"32014L0024","scheme":"CELEX"}},"awards":[{"id":"CMAL0317-1","title":"Lot 2 - \"Islay\" routes including Kennacraig, in Argyll & Bute; and Port Askaig and Port Ellen, on the Isle of Islay","suppliers":[{"name":"ABB Limited","id":"org-6"}],"relatedLots":["2"]}],"contracts":[{"id":"CMAL0317-1","awardID":"CMAL0317-1","title":"Lot 2 - \"Islay\" routes including Kennacraig, in Argyll & Bute; and Port Askaig and Port Ellen, on the Isle of Islay","status":"active","value":{"amount":2382920.0,"currency":"GBP"},"dateSigned":"2024-12-03T00:00:00Z"}],"language":"EN","relatedProcesses":[{"id":"1","relationship":["planning"],"scheme":"EU-OJ","identifier":"2024/S 000-019376"}],"description":"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.\r\n 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.\r\n 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\r\n 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.\r\n Tenderers will be required to confirm that they have a health and safety management system complying with BS EN ISO 45001, or equivalent.\r\n 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.\r\n Fair Work Practices - Tenderers will be asked to commit to adopting Fair Work First in the delivery of this contract. SPD4C.7 - Environmental Management\r\n 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.\r\n (SC Ref:785006)","bids":{"statistics":[{"id":"1","measure":"bids","value":5.0,"relatedLot":"2"},{"id":"2","measure":"smeBids","value":2.0,"relatedLot":"2"},{"id":"3","measure":"foreignBidsFromEU","value":5.0,"relatedLot":"2"},{"id":"4","measure":"foreignBidsFromNonEU","value":0.0,"relatedLot":"2"},{"id":"5","measure":"electronicBids","value":5.0,"relatedLot":"2"}]},"links":[{"rel":"canonical","href":"https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000768978"}]},{"id":"rls-5-FEB548819","ocid":"ocds-r6ebe6-0000768978","date":"2026-02-04T00:00:00Z","tag":["award","contract"],"initiationType":"tender","parties":[{"name":"Caledonian Maritime Assets Ltd","id":"org-1","identifier":{"legalName":"Caledonian Maritime Assets Ltd"},"address":{"streetAddress":"Municipal Buildings","locality":"Port Glasgow","region":"UKM83","postalCode":"PA14 5EQ"},"contactPoint":{"name":"Denise Kyle","email":"denise.kyle@cmassets.co.uk","url":"https://www.publictendersscotland.publiccontractsscotland.gov.uk/"},"roles":["buyer"],"details":{"classifications":[{"id":"Body governed by public law","scheme":"TED_CA_TYPE"},{"id":"Transport","scheme":"COFOG"},{"id":"Harbour Authority & Asset Owner","scheme":"COFOG"}],"url":"http://www.cmassets.co.uk"}},{"name":"Comhairle nan Eilean Siar","id":"org-2","identifier":{"legalName":"Comhairle nan Eilean Siar"},"address":{"streetAddress":"Council Offices, Sandwick Road","locality":"Stornoway","region":"UKM64","postalCode":"HS1 2BW"},"contactPoint":{"email":"contracts@cne-siar.gov.uk","telephone":"+44 1851600501"},"roles":["buyer"]},{"name":"The Highland Council","id":"org-3","identifier":{"legalName":"The Highland Council"},"address":{"streetAddress":"Glenurquhart Road","locality":"Inverness","region":"UKM6","postalCode":"IV3 5BX"},"contactPoint":{"name":"Garry Smith","email":"Garry.Smith@highland.gov.uk"},"roles":["buyer"]},{"name":"Argyll and Bute Council","id":"org-4","identifier":{"legalName":"Argyll and Bute Council"},"address":{"streetAddress":"Kilmory","locality":"Lochgilphead","region":"UKM","postalCode":"PA31 8RT"},"contactPoint":{"email":"procurement@argyll-bute.gov.uk"},"roles":["buyer"]},{"name":"ABB Limited","id":"org-6","identifier":{"legalName":"ABB Limited"},"address":{"streetAddress":"Daresbury Park","locality":"Daresbury","region":"UKD6","postalCode":"WA4 4BT"},"contactPoint":{},"roles":["supplier"],"details":{"scale":"large","url":"http://"}},{"name":"Greenock Sherriff Court","id":"org-5","identifier":{"legalName":"Greenock Sherriff Court"},"address":{"locality":"Greenock"},"contactPoint":{"url":"http://"},"roles":["reviewBody"]}],"buyer":{"name":"Caledonian Maritime Assets Ltd","id":"org-1"},"tender":{"id":"CMAL0317","title":"Shore Power Systems Framework","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.","status":"complete","items":[{"id":"3","additionalClassifications":[{"id":"31321000","scheme":"CPV"},{"id":"45231400","scheme":"CPV"},{"id":"45315300","scheme":"CPV"}],"deliveryLocation":{"description":"The West of Scotland and Clyde Estuary"},"deliveryAddresses":[{"region":"UKM"}],"relatedLot":"3"}],"procurementMethod":"open","procurementMethodDetails":"Open procedure","mainProcurementCategory":"works","documents":[{"id":"FEB548819","documentType":"awardNotice","title":"Shore Power Systems Framework","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.","url":"https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB548819","format":"text/html"}],"lots":[{"id":"3","title":"Lot 3 - Small Vessel Replacement Programme Phase 1","description":"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.","status":"complete","awardCriteria":{"criteria":[{"type":"quality","name":"Quality","description":"60%"},{"type":"price","description":"Price"}]},"options":{"description":"CMAL reserves the right to request additional services from the successful supplier."},"hasOptions":true}],"lotDetails":{},"coveredBy":["GPA"],"classification":{"id":"45300000","scheme":"CPV"},"legalBasis":{"id":"32014L0024","scheme":"CELEX"}},"awards":[{"id":"CMAL0317-1","title":"Lot 3 - Small Vessel Replacement Programme Phase 1","suppliers":[{"name":"ABB Limited","id":"org-6"}],"relatedLots":["3"]}],"contracts":[{"id":"CMAL0317-1","awardID":"CMAL0317-1","title":"Lot 3 - Small Vessel Replacement Programme Phase 1","status":"active","value":{"amount":940351.0,"currency":"GBP"},"dateSigned":"2026-02-04T00:00:00Z"}],"language":"EN","relatedProcesses":[{"id":"1","relationship":["planning"],"scheme":"EU-OJ","identifier":"2024/S 000-019376"}],"description":"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.\r\n 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.\r\n 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\r\n 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.\r\n Tenderers will be required to confirm that they have a health and safety management system complying with BS EN ISO 45001, or equivalent.\r\n 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.\r\n Fair Work Practices - Tenderers will be asked to commit to adopting Fair Work First in the delivery of this contract. SPD4C.7 - Environmental Management\r\n 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.\r\n (SC Ref:822745)","bids":{"statistics":[{"id":"6","measure":"bids","value":1.0,"relatedLot":"3"},{"id":"7","measure":"smeBids","value":0.0,"relatedLot":"3"},{"id":"8","measure":"foreignBidsFromEU","value":1.0,"relatedLot":"3"},{"id":"9","measure":"foreignBidsFromNonEU","value":0.0,"relatedLot":"3"},{"id":"10","measure":"electronicBids","value":1.0,"relatedLot":"3"}]},"links":[{"rel":"canonical","href":"https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000768978"}]},{"id":"rls-6-FEB548929","ocid":"ocds-r6ebe6-0000768978","date":"2026-02-05T00:00:00Z","tag":["award","contract"],"initiationType":"tender","parties":[{"name":"Caledonian Maritime Assets Ltd","id":"org-1","identifier":{"legalName":"Caledonian Maritime Assets Ltd"},"address":{"streetAddress":"Municipal Buildings","locality":"Port Glasgow","region":"UKM83","postalCode":"PA14 5EQ"},"contactPoint":{"name":"Denise Kyle","email":"denise.kyle@cmassets.co.uk","url":"https://www.publictendersscotland.publiccontractsscotland.gov.uk/"},"roles":["buyer"],"details":{"classifications":[{"id":"Body governed by public law","scheme":"TED_CA_TYPE"},{"id":"Transport","scheme":"COFOG"},{"id":"Harbour Authority & Asset Owner","scheme":"COFOG"}],"url":"http://www.cmassets.co.uk"}},{"name":"Comhairle nan Eilean Siar","id":"org-2","identifier":{"legalName":"Comhairle nan Eilean Siar"},"address":{"streetAddress":"Council Offices, Sandwick Road","locality":"Stornoway","region":"UKM64","postalCode":"HS1 2BW"},"contactPoint":{"email":"contracts@cne-siar.gov.uk","telephone":"+44 1851600501"},"roles":["buyer"]},{"name":"The Highland Council","id":"org-3","identifier":{"legalName":"The Highland Council"},"address":{"streetAddress":"Glenurquhart Road","locality":"Inverness","region":"UKM6","postalCode":"IV3 5BX"},"contactPoint":{"name":"Garry Smith","email":"Garry.Smith@highland.gov.uk"},"roles":["buyer"]},{"name":"Argyll and Bute Council","id":"org-4","identifier":{"legalName":"Argyll and Bute Council"},"address":{"streetAddress":"Kilmory","locality":"Lochgilphead","region":"UKM","postalCode":"PA31 8RT"},"contactPoint":{"email":"procurement@argyll-bute.gov.uk"},"roles":["buyer"]},{"name":"ABB Limited","id":"org-6","identifier":{"legalName":"ABB Limited"},"address":{"streetAddress":"Daresbury Park","locality":"Daresbury","region":"UKD6","postalCode":"WA4 4BT"},"contactPoint":{},"roles":["supplier"],"details":{"scale":"large","url":"http://"}},{"name":"Greenock Sherriff Court","id":"org-5","identifier":{"legalName":"Greenock Sherriff Court"},"address":{"locality":"Greenock"},"contactPoint":{"url":"http://"},"roles":["reviewBody"]}],"buyer":{"name":"Caledonian Maritime Assets Ltd","id":"org-1"},"tender":{"id":"CMAL0317","title":"Shore Power Systems Framework","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.","status":"complete","items":[{"id":"1","additionalClassifications":[{"id":"31321000","scheme":"CPV"},{"id":"45231400","scheme":"CPV"},{"id":"45315300","scheme":"CPV"}],"deliveryLocation":{"description":"The West of Scotland and Clyde Estuary"},"deliveryAddresses":[{"region":"UKM"}],"relatedLot":"1"}],"procurementMethod":"open","procurementMethodDetails":"Open procedure","mainProcurementCategory":"works","documents":[{"id":"FEB548929","documentType":"awardNotice","title":"Shore Power Systems Framework","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.","url":"https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB548929","format":"text/html"}],"lots":[{"id":"1","title":"Lot 1 - \"Little Minch\" routes including Lochmaddy, on the Isle of Lewis; Tarbert, on the Isle of Harris; and Uig, on the Isle of Skye","description":"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.","status":"complete","awardCriteria":{"criteria":[{"type":"quality","name":"Quality","description":"60%"},{"type":"price","description":"Price"}]},"options":{"description":"CMAL reserves the right to request additional services from the successful supplier"},"hasOptions":true}],"lotDetails":{},"coveredBy":["GPA"],"classification":{"id":"45300000","scheme":"CPV"},"legalBasis":{"id":"32014L0024","scheme":"CELEX"}},"awards":[{"id":"CMAL0317-1","title":"Lot 1 - \"Little Minch\" routes including Lochmaddy, on the Isle of Lewis; Tarbert, on the Isle of Harris; and Uig, on the Isle of Skye","suppliers":[{"name":"ABB Limited","id":"org-6"}],"relatedLots":["1"]}],"contracts":[{"id":"CMAL0317-1","awardID":"CMAL0317-1","title":"Lot 1 - \"Little Minch\" routes including Lochmaddy, on the Isle of Lewis; Tarbert, on the Isle of Harris; and Uig, on the Isle of Skye","status":"active","value":{"amount":724026.0,"currency":"GBP"},"dateSigned":"2025-08-15T00:00:00Z"}],"language":"EN","relatedProcesses":[{"id":"1","relationship":["planning"],"scheme":"EU-OJ","identifier":"2024/S 000-019376"}],"description":"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.\r\n 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.\r\n 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\r\n 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.\r\n Tenderers will be required to confirm that they have a health and safety management system complying with BS EN ISO 45001, or equivalent.\r\n 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.\r\n Fair Work Practices - Tenderers will be asked to commit to adopting Fair Work First in the delivery of this contract. SPD4C.7 - Environmental Management\r\n 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.\r\n (SC Ref:822890)","bids":{"statistics":[{"id":"11","measure":"bids","value":1.0,"relatedLot":"1"},{"id":"12","measure":"smeBids","value":0.0,"relatedLot":"1"},{"id":"13","measure":"foreignBidsFromEU","value":1.0,"relatedLot":"1"},{"id":"14","measure":"foreignBidsFromNonEU","value":0.0,"relatedLot":"1"},{"id":"15","measure":"electronicBids","value":1.0,"relatedLot":"1"}]},"links":[{"rel":"canonical","href":"https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000768978"}]}]}],"publisher":{"name":"The Scottish Government"},"extensions":["https://standard.open-contracting.org/profiles/eu/master/en/extension.json"],"license":"https://www.nationalarchives.gov.uk/doc/open-government-licence/version/3/"}