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
UKC2 - Northumberland and Tyne and Wear
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=926c4c25-f659-ed11-811b-9f38301b3091
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=926c4c25-f659-ed11-811b-9f38301b3091
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
15MW Drive Train Test Facility Upgrade
Reference number
DN640176
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
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).
After a number of years of world-leading testing, ORE Catapult now have a requirement to upgrade the existing Drive Train to ensure the facility is ready to serve turbines of around 25MW. ORE Catapult therefore intend to appoint a single contractor (or consortium) to design, procure, construct and commission an upgrade to the existing 15MW capable Drive Train Test Facility at its site in Blyth, Northumberland.
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.
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 Procedure 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.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKC2 - Northumberland and Tyne and Wear
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).
After a number of years of world-leading testing, ORE Catapult now have a requirement to upgrade the existing Drive Train to ensure the facility is ready to serve turbines of around 25MW. ORE Catapult therefore intend to appoint a single contractor (or consortium) to design, procure, construct and commission an upgrade to the existing 15MW capable Drive Train Test Facility at its site in Blyth, Northumberland.
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.
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 Procedure 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.
This procurement process is a seven (7) stage competitive procurement process:
Stage 1 Selection Questionnaire
Consider / evaluate information submitted to ascertain eligibility to be invited to tender.
A short list, resulting from this SQ, of three (3) tenderers (where there are at least three (3) suitably qualified, experienced tenderers) will be created.
Where there are less than three (3) suitably qualified tenderers, all suitably qualified tenderers will be invited to proceed to Stage 2 Invitation to Participate (“ITP”).
All SQ responses shall be considered / evaluated following the published deadline date / time for submission
All tenderers shall be advised of their status and only those short listed shall be invited to participate in Stage 2.
ORE Catapult may, at its sole discretion, decide not to proceed to Stage 2 if it is deemed not to be in our best interest to do so.
Stage 2 Non-Disclosure Agreement (NDA)
Preferred Tenderers will enter into an NDA within two (2) weeks to facilitate full disclosure of all other relevant sensitive and proprietary documentation as stated in the draft NDA at Appendix 5. 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
• 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 Submission
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 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 Contract Award
Successful tenderers notified in writing.
Unsuccessful tenderers notified in writing and feedback offered if required.
Ten (10) day mandatory standstill period shall be applied.
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 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
6 December 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
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.