Section one: Contracting authority
one.1) Name and addresses
Offshore Renewable Energy Catapult
Inovo, 121 George Street
Glasgow
G11RD
Contact
Mrs Sian Kerrison
procurement@ore.catapult.org.uk
Telephone
+44 3330041400
Country
United Kingdom
Region code
UKC2 - Northumberland and Tyne and Wear
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
National Offshore Anemometry Hub (NOAH) Operation & Maintenance Services
Reference number
DN746542
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
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 are seeking a Contractor who can be proactive and recognise potential serial problems, investigate the issue(s), propose viable solutions and communicate with the ORE Catapult Authorised Representative timeously throughout the whole process. You must be excellent at troubleshooting and have the ability/capability to identify problems that will help keep maintenance costs down and availability of the NOAH up. Estimated value for 3+2+5 to include NOAH and other assets £15m.
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. Accordingly, ORE Catapult intends to award a single contract for the requirement. Phases of the procurement process:
Stage 1 Issue Invitation to Participate
Tenderers shall be required to submit an initial ITP submission which shall be the basis for any subsequent negotiations.
Stage 2 Draft ITP Submission
Tenderers shall be required to submit tenders, including preliminary design, in accordance with the details / instructions set out in the ITP.
Stage 3 Negotiations
ORE Catapult 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 also 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 will inform remaining Tenderers of the common deadline to submit new or revised tenders.
Stage 4 Final Tender submission (BAFO)
ORE Catapult verify final tenders to ensure they conform to minimum requirements and evaluate on the basis of the published award criteria in the Invitation to Participate.
Stage 5 Contract Award / Mandatory Standstill period observed.
Successful Tenderer(s) notified in writing.
Unsuccessful Tenderer(s) notified in writing and feedback provided.
ORE Catapult delivery team to support Contractor through Pre-Mobilisation Planning
two.1.5) Estimated total value
Value excluding VAT: £15,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34514800 - Offshore platforms
two.2.3) Place of performance
NUTS codes
- UKC2 - Northumberland and Tyne and Wear
two.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 are seeking a Contractor who can be proactive and recognise potential serial problems, investigate the issue(s), propose viable solutions and communicate with the ORE Catapult Authorised Representative timeously throughout the whole process. You must be excellent at troubleshooting and have the ability/capability to identify problems that will help keep maintenance costs down and availability of the NOAH up. Estimated value for 3+2+5 to include NOAH and other assets £15m.
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. Accordingly, ORE Catapult intends to award a single contract for the requirement. Phases of the procurement process:
Stage 1 Issue Invitation to Participate
Tenderers shall be required to submit an initial ITP submission which shall be the basis for any subsequent negotiations.
Stage 2 Draft ITP Submission
Tenderers shall be required to submit tenders, including preliminary design, in accordance with the details / instructions set out in the ITP.
Stage 3 Negotiations
ORE Catapult 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 also 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 will inform remaining Tenderers of the common deadline to submit new or revised tenders.
Stage 4 Final Tender submission (BAFO)
ORE Catapult verify final tenders to ensure they conform to minimum requirements and evaluate on the basis of the published award criteria in the Invitation to Participate.
Stage 5 Contract Award / Mandatory Standstill period observed.
Successful Tenderer(s) notified in writing.
Unsuccessful Tenderer(s) notified in writing and feedback provided.
ORE Catapult delivery team to support Contractor through Pre-Mobilisation Planning
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2025
This contract is subject to renewal
Yes
Description of renewals
The initial terms shall be for a period of three (3) years with the option to extend for up to a further two (2) years. ORE Catapult reserve the option to extend year on year thereafter, for up to a further period of five (5) years, subject to funding being made available to ORE Catapult as well as the satisfactory performance of the Contract.
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
Competitive procedure with negotiation
four.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
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
24 March 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: The initial terms shall be for a period of three (3) years with the option to extend for up to a further two (2) years. ORE Catapult reserve the option to extend year on year thereafter, for up to a further period of five (5) years, subject to funding being made available to ORE Catapult as well as the satisfactory performance of the Contract.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
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.