Section one: Contracting authority
one.1) Name and addresses
Offshore Renewable Energy Catapult
Inovo, 121 George Street
Glasgow
G1 1RD
Contact
Mr Craig Corbett
procurement@ore.catapult.org.uk
Telephone
+44 3330041418
Country
United Kingdom
Region 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.4) Type of the contracting authority
Other type
Compliance with Grant Funding Agreement
one.5) Main activity
Other activity
Research & Development
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Business Support Consultancy for Technology, Innovation & Green Growth for Offshore Renewables (TIGGOR2) - ORE/23/119
Reference number
DN701457
two.1.2) Main CPV code
- 72221000 - Business analysis consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The structure of TIGGOR 2 will be similar to TIGGOR 1. However, ORE Catapult would like to secure the services of a consultancy. The chosen contractor will deliver the Business Support Programme (BSP) on behalf of ORE Catapult.
ORE Catapult have prepared an Invitation to Tender (ITT) document to identify a suitable Business Support Programme delivery partner. The chosen partner will be required to deliver support to 26 businesses from September 2023 to February 2025 whilst ensuring that activities are compliant with the Subsidy Control Act 2022.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £197,750
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The structure of TIGGOR 2 will be similar to TIGGOR 1. However, ORE Catapult would like to secure the services of a consultancy. The chosen contractor will deliver the Business Support Programme (BSP) on behalf of ORE Catapult.
ORE Catapult have prepared an Invitation to Tender (ITT) document to identify a suitable Business Support Programme delivery partner. The chosen partner will be required to deliver support to 26 businesses from September 2023 to February 2025 whilst ensuring that activities are compliant with the Subsidy Control Act 2022.
two.2.5) Award criteria
Quality criterion - Name: Price is not the only award criterion and all criteria are stated only in the procurement documents / Weighting: 80
Price - Weighting: 20
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-035397
four.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
20 February 2024
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 7
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
RTC NORTH LIMITED
Sunderland
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £197,750
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
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.