Tender

Impact Evaluation Framework Delivery - ORE/23/024

  • Offshore Renewable Energy Catapult

F02: Contract notice

Notice identifier: 2023/S 000-013343

Procurement identifier (OCID): ocds-h6vhtk-03c7b2

Published 10 May 2023, 3:13pm



Section one: Contracting authority

one.1) Name and addresses

Offshore Renewable Energy Catapult

Inovo, 121 George Street

Glasgow

G1 1RD

Contact

Mrs Sheena Thomson

Email

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.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=43871e5e-69ee-ed11-8122-005056b64545

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/Advert/Index?advertId=43871e5e-69ee-ed11-8122-005056b64545

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

Impact Evaluation Framework Delivery - ORE/23/024

Reference number

DN668981

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

ORE Catapult is supported by the UK Government’s Catapult programme, and as such is required periodically to provide evidence of its impact and value for money. From April 2023, corresponding to a new 5-year funding period, ORE Catapult will implement a new Impact Evaluation Framework

To deliver this Impact Evaluation Framework (including VfM Assessment), ORE Catapult now seeks to commission external expertise which shall:

• Provide overall guidance and quality control for the implementation of the Impact Evaluation Framework including VfM Assessment

• Deliver specific elements of the Impact Evaluation and VfM Assessment, as described in the Impact Evaluation Framework, including: econometrics, surveying, case studies and VfM calculations.

• Produce overall analysis and write up of Evaluation and VfM reports.

two.1.5) Estimated total value

Value excluding VAT: £840,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

ORE Catapult is supported by the UK Government’s Catapult programme, and as such is required periodically to provide evidence of its impact and value for money. From April 2023, corresponding to a new 5-year funding period, ORE Catapult will implement a new Impact Evaluation Framework

To deliver this Impact Evaluation Framework (including VfM Assessment), ORE Catapult now seeks to commission external expertise which shall:

• Provide overall guidance and quality control for the implementation of the Impact Evaluation Framework including VfM Assessment

• Deliver specific elements of the Impact Evaluation and VfM Assessment, as described in the Impact Evaluation Framework, including: econometrics, surveying, case studies and VfM calculations.

• Produce overall analysis and write up of Evaluation and VfM reports.

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

Duration in months

18

This contract is subject to renewal

Yes

Description of renewals

6.1 The initial Contract Term shall be for a period of eighteen (18) months, with an indicative start date of 07 July 2023.

6.2 ORE Catapult reserve the right to extend the duration of this Contract for up to a further three (3) years subject to satisfactory performance of the supplier.

two.2.10) Information about variants

Variants will be accepted: No

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

13 June 2023

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

13 June 2023

Local time

12:05pm

Place

Glasgow, United Kingdom

Information about authorised persons and opening procedure

The response seal shall be broken by the procurement lead for this Tender process and all responses shall be separately verified by another member of the Procurement Team.


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.