Tender

National Offshore Anemometry Hub (NOAH) Operation & Maintenance Services

  • Offshore Renewable Energy Catapult

F02: Contract notice

Notice identifier: 2025/S 000-006526

Procurement identifier (OCID): ocds-h6vhtk-04e5d8

Published 21 February 2025, 9:20am



Section one: Contracting authority

one.1) Name and addresses

Offshore Renewable Energy Catapult

Inovo, 121 George Street

Glasgow

G11RD

Contact

Mrs Sian Kerrison

Email

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.