Section one: Contracting authority
one.1) Name and addresses
Offshore Renewable Energy Catapult
Inovo, 121 George Street
Glasgow
G1 1RD
Contact
Mrs Sian Kerrison
procurement@ore.catapult.org.uk
Telephone
+44 3330041400
Country
United Kingdom
NUTS code
UKM - Scotland
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 agreement
one.5) Main activity
Other activity
Research & Development / Offshore Renewable Energy
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Dynamic Cable Flex Fatigue Test Rig
Reference number
DN643587
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 constructing a dynamic cable flex fatigue test rig that is capable of simulating in-service dynamic loads for floating offshore wind (FOW) applications.
two.1.5) Estimated total value
Value excluding VAT: £1,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 43328000 - Hydraulic installations
- 31682210 - Instrumentation and control equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- UKM - Scotland
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 constructing a dynamic cable flex fatigue test rig that is capable of simulating in-service dynamic loads for floating offshore wind (FOW) applications. ORE Catapult intends to appoint a single contractor (or consortium) to design, procure, construct and commission the dynamic cable fatigue test rig at its (to be inaugurated) 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 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 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 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.
Please note that a bidders conference has been provisionally arranged for 02 December 2022 at 10am, to be held virtually via Microsoft Teams.
NB: The target budget for the build and commissioning of the rig is £1.2M, 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: £1,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
16 August 2023
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 January 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
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
Country
United Kingdom