Opportunity

Full Scale Mooring Test Line Rig ORE/23/089

  • Offshore Renewable Energy Catapult

F02: Contract notice

Notice reference: 2023/S 000-030253

Published 13 October 2023, 12:11pm



Section one: Contracting authority

one.1) Name and addresses

Offshore Renewable Energy Catapult

Inovo, George Street

Glasgow

G11RD

Contact

Mrs Sian Kerrison

Email

procurement@ore.catapult.org.uk

Telephone

+44 3330041400

Country

United Kingdom

NUTS code

UKM50 - Aberdeen City and Aberdeenshire

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/Advert/Index?advertId=852b7599-a569-ee11-8124-005056b64545

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=852b7599-a569-ee11-8124-005056b64545

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

Full Scale Mooring Test Line Rig ORE/23/089

Reference number

DN694250

two.1.2) Main CPV code

  • 43328000 - Hydraulic installations

two.1.3) Type of contract

Supplies

two.1.4) Short description

ORE Catapult intends to expand its cable testing capabilities by appointing a single contractor (or consortium) to design and construct Full Scale Mooring Test Line Rig at its National Floating Offshore Wind Innovation Centre (FLOWIC) site in Aberdeen.

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31682210 - Instrumentation and control equipment
  • 42000000 - Industrial machinery
  • 43328000 - Hydraulic installations

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
  • UKM50 - Aberdeen City and Aberdeenshire

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 intends to expand its cable testing capabilities by appointing a single contractor (or consortium) to design and construct Full Scale Mooring Test Line Rig at its National Floating Offshore Wind Innovation Centre (FLOWIC) site in Aberdeen.

ORE Catapult reserve the right to vary the Contract term following discussion with suppliers during the Competitive Procedure with Negotiation process.

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.

Phases of the procurement process:

Stage 1 — Selection Questionnaire to a minimum of 3 (three) capable suppliers, where there are less than 3 (three) capable suppliers, all suitably qualified tenderers will be invited to proceed to Stage 2.

Stage 2 - Non-Disclosure Agreement (NDA). Preferred Tenderers will enter into a NDA within one (1) week to facilitate full disclosure of all other relevant sensitive and proprietary Operation & Maintenance (“O&M”) documentation. Tenderers unable to agree an NDA within this time period may be eliminated from further competition

Stage 3 - Issue Invitation to Participate. This stage will include the preliminary design / FEED. ORE Catapult has set aside funding for this stage to allow tenderers to submit preliminary designs, together with cost estimates as part of their Initial ITP Response. Expected outputs from Preliminary Design phase shall be as follows:

- Project charter including participants, roles and responsibilities

- Methodology and programme for detailed design phase

- Outline programme showing key dates and project completion

- General arrangement drawings of main components

- Outline target cost plan

- List of assumptions

- Clarifications required and outstanding information needed

- Preliminary Risk Register

Tenderers shall be required to submit an initial Tender which shall be the basis for any subsequent negotiations.

Stage 4 — Draft ITP submissions - Tenderers shall be required to submit tenders, including preliminary design, in accordance with the details / instructions set out in the ITP.

Stage 5 — Negotiations - ORE Catapult 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 also 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 will inform remaining tenderers of the common deadline to submit new or revised tenders.

Stage 6 — Final Tender submission (Best and Final Offer “BAFO”) - ORE Catapult verify best and final tenders to ensure they conform to minimum requirements and evaluate on the basis of the published award criteria in ITP.

Stage 7 — Letter of Intent - Successful Tenderer(s) notified in writing. Unsuccessful Tenderer(s) notified in writing and feedback provided. Ten (10) calendar day mandatory standstill period shall be applied

Stage 8 - Contract Award - ORE Catapult to issue formal letter of award, subject to UK Government Funding Approval.

NB: The target budget for the build and commissioning of the rig is £1.5M, this includes a risk / contingency provision

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

13 August 2025

This contract is subject to renewal

No

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

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

13 November 2023

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: No

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

WC2A 2LL

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.