Section one: Contracting authority
one.1) Name and addresses
Offshore Renewable Energy Catapult
Inovo, 121 George Street
Glasgow
G1 1RD
Contact
Mrs Sheena Thomson
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.