Opportunity

Blade Test Facility 3 - ORE/22/089

  • Offshore Renewable Energy Catapult

F02: Contract notice

Notice reference: 2022/S 000-030574

Published 28 October 2022, 4:26pm



Section one: Contracting authority

one.1) Name and addresses

Offshore Renewable Energy Catapult

Offshore House, Albert Street,

Blyth

NE24 1LZ

Contact

Mrs Sian Kerrison

Email

procurement@ore.catapult.org.uk

Telephone

+44 3330041400

Country

United Kingdom

NUTS code

UKC21 - Northumberland

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=8822b81d-f155-ed11-811a-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=8822b81d-f155-ed11-811a-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

Blade Test Facility 3 - ORE/22/089

Reference number

DN639964

two.1.2) Main CPV code

  • 45214620 - Research and testing facilities construction work

two.1.3) Type of contract

Works

two.1.4) Short description

ORE Catapult intends to expand its wind turbine test capabilities by constructing a new blade test facility (“BTF3”), capable of full-scale testing of blades up to 150m in length, and optionally expanding to test blades up to 180m. ORE Catapult intends to appoint a single contractor (or consortium) to design, procure, construct and commission BTF3 at its Blyth site, which may comprise of a reaction structure onto which the blades are mounted, appropriate floor structures, a building to totally or partially encompass the test site and associated hydraulics, mechanical, electrical, instrumentation & control systems.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKC21 - Northumberland

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 wind turbine test capabilities by constructing a new blade test facility (“BTF3”), capable of full-scale testing of blades up to 150m in length, and optionally expanding to test blades up to 180m. ORE Catapult intends to appoint a single contractor (or consortium) to design, procure, construct and commission BTF3 at its Blyth site, which may comprise of a reaction structure onto which the blades are mounted, appropriate floor structures, a building to totally or partially encompass the test site and associated hydraulics, mechanical, electrical, instrumentation & control systems.

Due to funding arrangement this will be an aggressive build programme. Therefore, 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.

ORE Catapult has determined that the requirement is not suitable for dividing into lots as it is not appropriate to have the various elements of the Works delivered by separate suppliers due to the complexity of the requirements. Accordingly, ORE Catapult intends to award a single contract for the requirement.

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 Invitation to Participate (“ITP”).

Stage 2 - Non-Disclosure Agreement (NDA). Preferred Tenderers will enter into a NDA within two (2) weeks 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 - 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 WTBTF 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 5 — 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 6 — Contract Award / Mandatory Standstill period observed.

Finally, please note that a site visit / bidders conference has been provisionally arranged for 08 November 2022 commencing at 1000 hrs. Due to capacity issues at the venue, we have to restrict attendance to a maximum of 2 (two) people from each interested company.

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

End date

31 July 2024

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

29 November 2022

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

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

Country

United Kingdom