Section one: Contracting authority
one.1) Name and addresses
Offshore Renewable Energy Catapult
Inovo, 121 George Street
Glasgow
G1 1RD
Contact
Mr Murray Adams
procurement@ore.catapult.org.uk
Telephone
+44 7425657551
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.ore.catapult.org.uk
Buyer's address
https://www.ore.catapult.org.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/
one.4) Type of the contracting authority
Other type
Compliance with Grant Funding Agreement
one.5) Main activity
Other activity
Research and Development
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
UK SOV Manufacture Business Case Development - ORE/24/101
Reference number
DN758980
two.1.2) Main CPV code
- 50241000 - Repair and maintenance services of ships
two.1.3) Type of contract
Services
two.1.4) Short description
The offshore wind industry is growing rapidly, with over 850GW of capacity expected to be installed globally by 2050. This is underpinned by global commitments to reduce carbon emissions and by improving the cost efficiency of wind as an energy source.
In line with this rapid expansion, the number of vessels required to support offshore wind developments throughout their operational life will also require major growth. Here at ORE Catapult, we have conducted analysis to determine the size of the market for operations and maintenance (O&M) vessels, based on global installed capacity targets. Up to 2050, strategies centred on Crew Transfer Vessels (CTVs) and Service Operation Vessels (SOVs) are expected to be employed. Globally, this could equate to up to 2325 CTVs and 423 SOVs in operation by 2050.
This presents a huge opportunity for UK Shipbuilding, however, none of the UK’s currently operating SOVs have been built in the UK. This project aims to develop the business case for establishing this production.
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50241000 - Repair and maintenance services of ships
- 50242000 - Conversion services of ships
- 50244000 - Reconditioning services of ships or boats
- 50245000 - Upgrading services of ships
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Offshore Renewable Energy Catapult, working together with The Crown Estate and The National Shipbuilding Office are tendering this piece of work to establish the business case for investment in SOV manufacturing in the UK. The aim of the study is to use a make/buy assessment to detail the optimum solution for UK follow on investment.
two.2.5) Award criteria
Quality criterion - Name: Methodology and Proposed Approach / Weighting: 30
Quality criterion - Name: Understanding of this specific project requirements / Weighting: 30
Quality criterion - Name: Skills and Experience of the Delivery Team / Weighting: 20
Quality criterion - Name: Project plan showing time scale and deliverables / Weighting: 20
Price - Weighting: 100
two.2.6) Estimated value
Value excluding VAT: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
16 May 2025
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 February 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
14 February 2025
Local time
12:00pm
Place
Online opening.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
London
Country
United Kingdom
six.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.