Tender

Business Support Consultancy for Technology, Innovation & Green Growth for Offshore Renewables (TIGGOR2) - ORE/23/119

  • Offshore Renewable Energy Catapult

F02: Contract notice

Notice identifier: 2023/S 000-035397

Procurement identifier (OCID): ocds-h6vhtk-041e1c

Published 30 November 2023, 4:06pm



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 Agreement

one.5) Main activity

Other activity

Research & Development


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Business Support Consultancy for Technology, Innovation & Green Growth for Offshore Renewables (TIGGOR2) - ORE/23/119

Reference number

DN701457

two.1.2) Main CPV code

  • 72221000 - Business analysis consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The structure of TIGGOR 2 will be similar to TIGGOR 1. However, ORE Catapult would like to secure the services of a consultancy. The chosen contractor will deliver the Business Support Programme (BSP) on behalf of ORE Catapult.

ORE Catapult have prepared an Invitation to Tender (ITT) document to identify a suitable Business Support Programme delivery partner. The chosen partner will be required to deliver support to 26 businesses from September 2023 to February 2025 whilst ensuring that activities are compliant with the Subsidy Control Act 2022.

two.1.5) Estimated total value

Value excluding VAT: £200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The structure of TIGGOR 2 will be similar to TIGGOR 1. However, ORE Catapult would like to secure the services of a consultancy. The chosen contractor will deliver the Business Support Programme (BSP) on behalf of ORE Catapult.

ORE Catapult have prepared an Invitation to Tender (ITT) document to identify a suitable Business Support Programme delivery partner. The chosen partner will be required to deliver support to 26 businesses from September 2023 to February 2025 whilst ensuring that activities are compliant with the Subsidy Control Act 2022.

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: £200,000

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

Duration in months

13

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

Open procedure

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

5 January 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

5 January 2024

Local time

12:05pm


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

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

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.