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

Full Scale Mooring Test Line Rig ORE/23/089

  • First published: 15 October 2023
  • Last modified: 15 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-040bca
Published by:
Offshore Renewable Energy Catapult
Authority ID:
AA29950
Publication date:
15 October 2023
Deadline date:
13 November 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This tender is being issued by the Offshore Renewable Energy Catapult (‘ORE Catapult’) as a competitive procurement exercise in accordance with the ‘Competitive Procedure with Negotiation’ for tendering under the Public Contracts Regulations 2015 (as amended from time to time).

ORE Catapult intends to expand its cable testing capabilities by appointing a single contractor (or consortium) to design and construct Full Scale Mooring Test Line Rig at its National Floating Offshore Wind Innovation Centre (FLOWIC) site in Aberdeen.

ORE Catapult reserve the right to vary the Contract term following discussion with suppliers during the Competitive Procedure with Negotiation process.

ORE Catapult reserve the right to add additional requirements to the minimum Scope of the Works during the Contract life, as it is deemed appropriate within the Scope of the Works.

Phases of the procurement process:

Stage 1 — Selection Questionnaire to a minimum of 3 (three) capable suppliers, where there are less than 3 (three) capable suppliers, all suitably qualified tenderers will be invited to proceed to Stage 2.

Stage 2 - Non-Disclosure Agreement (NDA). Preferred Tenderers will enter into a NDA within one (1) week to facilitate full disclosure of all other relevant sensitive and proprietary Operation & Maintenance (“O&M”) documentation. Tenderers unable to agree an NDA within this time period may be eliminated from further competition

Stage 3 - Issue Invitation to Participate. This stage will include the preliminary design / FEED. ORE Catapult has set aside funding for this stage to allow tenderers to submit preliminary designs, together with cost estimates as part of their Initial ITP Response. Expected outputs from Preliminary Design phase shall be as follows:

- Project charter including participants, roles and responsibilities

- Methodology and programme for detailed design phase

- Outline programme showing key dates and project completion

- General arrangement drawings of main components

- Outline target cost plan

- List of assumptions

- Clarifications required and outstanding information needed

- Preliminary Risk Register

Tenderers shall be required to submit an initial Tender which shall be the basis for any subsequent negotiations.

Stage 4 — Draft ITP submissions - Tenderers shall be required to submit tenders, including preliminary design, in accordance with the details / instructions set out in the ITP.

Stage 5 — Negotiations - ORE Catapult reserve the right to award a Contract on the basis of the initial tender without entering into negotiation where it is in their best interest to do so. ORE Catapult also reserve the right to carry out the Competitive procedures with Negotiation in successive stages in order to reduce the number of tenders to be negotiated. ORE Catapult will inform remaining tenderers of the common deadline to submit new or revised tenders.

Stage 6 — Final Tender submission (Best and Final Offer “BAFO”) - ORE Catapult verify best and final tenders to ensure they conform to minimum requirements and evaluate on the basis of the published award criteria in ITP.

Stage 7 — Letter of Intent - Successful Tenderer(s) notified in writing. Unsuccessful Tenderer(s) notified in writing and feedback provided. Ten (10) calendar day mandatory standstill period shall be applied

Stage 8 - Contract Award - ORE Catapult to issue formal letter of award, subject to UK Government Funding Approval.

NB: The target budget for the build and commissioning of the rig is £1.5M, this includes a risk / contingency provision

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Offshore Renewable Energy Catapult

Inovo, George Street

Glasgow

G11RD

UK

Contact person: Mrs Sian Kerrison

Telephone: +44 3330041400

E-mail: procurement@ore.catapult.org.uk

NUTS: UKM50

Internet address(es)

Main address: https://www.ore.catapult.org.uk

Address of the buyer profile: https://www.ore.catapult.org.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com/Advert/Index?advertId=852b7599-a569-ee11-8124-005056b64545


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Advert/Index?advertId=852b7599-a569-ee11-8124-005056b64545


I.4) Type of the contracting authority

Other: Compliance with grant funding agreement

I.5) Main activity

Other: Research & Development

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Full Scale Mooring Test Line Rig ORE/23/089

Reference number: DN694250

II.1.2) Main CPV code

43328000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

ORE Catapult intends to expand its cable testing capabilities by appointing a single contractor (or consortium) to design and construct Full Scale Mooring Test Line Rig at its National Floating Offshore Wind Innovation Centre (FLOWIC) site in Aberdeen.

II.1.5) Estimated total value

Value excluding VAT: 1 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

31682210

42000000

43328000

II.2.3) Place of performance

NUTS code:

UKM

UKM50

II.2.4) Description of the procurement

This tender is being issued by the Offshore Renewable Energy Catapult (‘ORE Catapult’) as a competitive procurement exercise in accordance with the ‘Competitive Procedure with Negotiation’ for tendering under the Public Contracts Regulations 2015 (as amended from time to time).

ORE Catapult intends to expand its cable testing capabilities by appointing a single contractor (or consortium) to design and construct Full Scale Mooring Test Line Rig at its National Floating Offshore Wind Innovation Centre (FLOWIC) site in Aberdeen.

ORE Catapult reserve the right to vary the Contract term following discussion with suppliers during the Competitive Procedure with Negotiation process.

ORE Catapult reserve the right to add additional requirements to the minimum Scope of the Works during the Contract life, as it is deemed appropriate within the Scope of the Works.

Phases of the procurement process:

Stage 1 — Selection Questionnaire to a minimum of 3 (three) capable suppliers, where there are less than 3 (three) capable suppliers, all suitably qualified tenderers will be invited to proceed to Stage 2.

Stage 2 - Non-Disclosure Agreement (NDA). Preferred Tenderers will enter into a NDA within one (1) week to facilitate full disclosure of all other relevant sensitive and proprietary Operation & Maintenance (“O&M”) documentation. Tenderers unable to agree an NDA within this time period may be eliminated from further competition

Stage 3 - Issue Invitation to Participate. This stage will include the preliminary design / FEED. ORE Catapult has set aside funding for this stage to allow tenderers to submit preliminary designs, together with cost estimates as part of their Initial ITP Response. Expected outputs from Preliminary Design phase shall be as follows:

- Project charter including participants, roles and responsibilities

- Methodology and programme for detailed design phase

- Outline programme showing key dates and project completion

- General arrangement drawings of main components

- Outline target cost plan

- List of assumptions

- Clarifications required and outstanding information needed

- Preliminary Risk Register

Tenderers shall be required to submit an initial Tender which shall be the basis for any subsequent negotiations.

Stage 4 — Draft ITP submissions - Tenderers shall be required to submit tenders, including preliminary design, in accordance with the details / instructions set out in the ITP.

Stage 5 — Negotiations - ORE Catapult reserve the right to award a Contract on the basis of the initial tender without entering into negotiation where it is in their best interest to do so. ORE Catapult also reserve the right to carry out the Competitive procedures with Negotiation in successive stages in order to reduce the number of tenders to be negotiated. ORE Catapult will inform remaining tenderers of the common deadline to submit new or revised tenders.

Stage 6 — Final Tender submission (Best and Final Offer “BAFO”) - ORE Catapult verify best and final tenders to ensure they conform to minimum requirements and evaluate on the basis of the published award criteria in ITP.

Stage 7 — Letter of Intent - Successful Tenderer(s) notified in writing. Unsuccessful Tenderer(s) notified in writing and feedback provided. Ten (10) calendar day mandatory standstill period shall be applied

Stage 8 - Contract Award - ORE Catapult to issue formal letter of award, subject to UK Government Funding Approval.

NB: The target budget for the build and commissioning of the rig is £1.5M, this includes a risk / contingency provision

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: 1 500 000.00  GBP

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

End: 13/08/2025

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: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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: 13/11/2023

Local time: 12:00

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

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

UK

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

In the first instance, all appeals should be promptly brought to the attention of the contact

specified in Section I above, and will be dealt with in accordance with the requirements of

the Public Contracts Regulations 2015. Any appeals must be brought within the timescales

specified by the applicable law, including without limitation, the Public Contracts

Regulations 2015. In accordance with the Public Contracts Regulations 2015, the

contracting authority will also incorporate a minimum 10 calendar day standstill period from

the date information on award of contract is communicated to tenderers.

As the UK does not have any special review body with responsibility for appeal/mediation

procedures in public procurement competitions, any challenges will be dealt with by the

High Court, Commercial Division, to which proceedings may be issued regarding alleged

breaches of the Public Contracts Regulations 2015.

VI.5) Date of dispatch of this notice

13/10/2023

Coding

Commodity categories

ID Title Parent category
43328000 Hydraulic installations Construction equipment
42000000 Industrial machinery Technology and Equipment
31682210 Instrumentation and control equipment Electricity supplies

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@ore.catapult.org.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.