Tender

Information, Communication & Technology Framework - ORE/24/033

  • Offshore Renewable Energy Catapult

F02: Contract notice

Notice identifier: 2024/S 000-032617

Procurement identifier (OCID): ocds-h6vhtk-04a797

Published 10 October 2024, 1:53pm



Section one: Contracting authority

one.1) Name and addresses

Offshore Renewable Energy Catapult

Inovo, 121 George Street

Glasgow

G1 1RD

Contact

Mr Craig Corbett

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.3) Communication

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

https://procontract.due-north.com

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

one.4) Type of the contracting authority

Other type

Compliance with grant funding

one.5) Main activity

Other activity

Research & Development


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Information, Communication & Technology Framework - ORE/24/033

Reference number

DN726037

two.1.2) Main CPV code

  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages

two.1.3) Type of contract

Supplies

two.1.4) Short description

This Selection Questionnaire (“SQ”) has been issued by the Offshore Renewable Energy Catapult (“The Authority”) as collaboration lead on behalf of the Catapult Network, the Active Building Centre Co. Ltd, Agri-Tech Centres, Vaccines Manufacturing & Innovations Centre (UK) Ltd (VMIC), UK Battery Industrialisation Centre (UKBIC), Glass Futures and their Trading Subsidiaries (collectively, the “Buying Authorities”) to establish a Business Travel Management Services Framework Agreement, as part of a competitive procurement exercise in accordance with the "Restricted" procedure for tendering under the Public Contracts Regulations 2015 (as amended from time to time). This SQ should be read in conjunction with the remaining procurement documents published in compliance with part C of Annex 5 to the Public Contracts Directive.

Information, Communication & Technology Framework including the following lots:

Lot 1 - ICT Equipment (Hardware & Software)

Lot 2 - Cabling Services

Lot 3 - Software Licencing

Lot 4 - Audio Visual & Associated Services (Supply, Installation & Support)

Lot 5 - Cybersecurity Services

Contract Awards made under the terms of this ICT Framework Agreement, may be co-financed by the European Regional Development Fund (“ERDF”) and / or through the Welsh Government. They also may be co-financed through the Swansea Bay City Deal.

two.1.5) Estimated total value

Value excluding VAT: £17,600,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

ICT Equipment (Hardware & Software)

Lot No

1

two.2.2) Additional CPV code(s)

  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

ICT Equipment (Hardware & Software)

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: £10,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

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: Yes

Identification of the project

Contract Awards made under the terms of this ICT Framework Agreement, may be co-financed by the European Regional Development Fund (“ERDF”) and / or through the Welsh Government. They also may be co-financed through the Swansea Bay City Deal.

two.2) Description

two.2.1) Title

Cabling Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 32421000 - Network cabling

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Cabling Services

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: £1,400,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

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: Yes

Identification of the project

Contract Awards made under the terms of this ICT Framework Agreement, may be co-financed by the European Regional Development Fund (“ERDF”) and / or through the Welsh Government. They also may be co-financed through the Swansea Bay City Deal.

two.2) Description

two.2.1) Title

Software Licencing

Lot No

3

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Software Licencing

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: £3,600,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

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: Yes

Identification of the project

Contract Awards made under the terms of this ICT Framework Agreement, may be co-financed by the European Regional Development Fund (“ERDF”) and / or through the Welsh Government. They also may be co-financed through the Swansea Bay City Deal.

two.2) Description

two.2.1) Title

Audio Visual & Associated Services (Supply, Installation & Support)

Lot No

4

two.2.2) Additional CPV code(s)

  • 32321200 - Audio-visual equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Audio Visual & Associated Services (Supply, Installation & Support)

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: £1,400,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

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: Yes

Identification of the project

Contract Awards made under the terms of this ICT Framework Agreement, may be co-financed by the European Regional Development Fund (“ERDF”) and / or through the Welsh Government. They also may be co-financed through the Swansea Bay City Deal.

two.2) Description

two.2.1) Title

Cybersecurity Services

Lot No

5

two.2.2) Additional CPV code(s)

  • 72212730 - Security software development services
  • 72212732 - Data security software development services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Cybersecurity Services

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: £1,200,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

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: Yes

Identification of the project

Contract Awards made under the terms of this ICT Framework Agreement, may be co-financed by the European Regional Development Fund (“ERDF”) and / or through the Welsh Government. They also may be co-financed through the Swansea Bay City Deal.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

12 November 2024

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

27 November 2024

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.