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