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
UKC21 - Northumberland
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
Professional Services Framework (Construction Programme)
Reference number
DN690427
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
Establishment of a single supplier Professional Services Framework for ORE Catapult's Construction Programme.
The Consultant will act as the lead consultant and will assemble a professional team to undertake the services relating to the Project. It is envisaged the team will comprise of the following disciples (but not limited to), reporting to the OREC Project Programme Manager and OREC Governance Board as required:
• Project Manager;
• Quantity Surveyor/Cost Manager;
• Architect;
• Civil Engineering;
• Structural Engineer;
• Building Services / M&E Engineer;
• Building Surveyor;
• CDM Coordinator and;
• Lead Consultant.
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: £800,000
two.2) Description
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKC21 - Northumberland
two.2.4) Description of the procurement
Establishment of a single supplier Professional Services Framework for ORE Catapult's Construction Programme.
The Consultant will act as the lead consultant and will assemble a professional team to undertake the services relating to the Project. It is envisaged the team will comprise of the following disciples (but not limited to), reporting to the OREC Project Programme Manager and OREC Governance Board as required:
• Project Manager;
• Quantity Surveyor/Cost Manager;
• Architect;
• Civil Engineering;
• Structural Engineer;
• Building Services / M&E Engineer;
• Building Surveyor;
• CDM Coordinator and;
• Lead Consultant.
two.2.5) Award criteria
Price
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 000-027680
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
19 March 2024
five.2.2) Information about tenders
Number of tenders received: 11
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Turner & Townsend Project Management
Leeds
Country
United Kingdom
NUTS code
- UKC21 - Northumberland
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £800,000
Section six. Complementary information
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.