Section one: Contracting authority
one.1) Name and addresses
Offshore Renewable Energy Catapult
Inovo, 121 George Street
Glasgow
G11RD
Contact
Mrs Sian Kerrison
procurement@ore.catapult.org.uk
Telephone
+44 3330041400
Country
United Kingdom
Region code
UKM72 - Clackmannanshire and Fife
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=bb3039b7-b784-ef11-8130-005056b64545
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=bb3039b7-b784-ef11-8130-005056b64545
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
Wind Turbine Operation & Maintenance Services - ORE/24/085
Reference number
DN746501
two.1.2) Main CPV code
- 71314200 - Energy-management services
two.1.3) Type of contract
Services
two.1.4) Short description
It is the intention of ORE Catapult to initiate a procurement procedure and subsequently appoint a single Contractor for the provision of Operation & Maintenance Services to our offshore Levenmouth Demonstration Turbine (LDT) in Fife, Scotland.
The LDT is a standalone single 7MW offshore turbine prototype approximately 50m offshore but connected via a walkway to the Scottish Enterprise owned Fife Energy Park. The power generated is connected to the Scottish Power electricity network at 11kV.
ORE Catapult are seeking a Contractor to Operate and Maintain the LDT whilst being proactive and recognising potential serial problems, investigate the issue(s), propose viable solutions and communicate with the ORE Catapult Authorised Representative timeously throughout. You must be excellent at troubleshooting and have the ability/capability to identify problems that will help keep maintenance costs down and availability of the LDT up. The scope of services shall encompass but shall not be limited to routine maintenance, troubleshooting, diagnostics, repairs, manage and undertake agreed renewal project by providing and having the necessary on-site technical capabilities to undertake specialised engineering tasks specific to the LDT. The LDT is an open platform and ORE Catapult’s intention is to provide collaborative engineering solutions to deliver Commercial Research and Development (CR&D) projects specific to LDT as required.
Qualification Criteria shall include, but not be limited to, relevant experience, technical expertise, and compliance with safety and environmental regulations.
Potential Contractors are to note that TUPE shall apply to this Contract.
Further information regarding the LDT can be found here :
https://ore.catapult.org.uk/what-we-do/testing-validation/levenmouth/
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 76000000 - Services related to the oil and gas industry
two.2.3) Place of performance
NUTS codes
- UKM72 - Clackmannanshire and Fife
two.2.4) Description of the procurement
ORE Catapult are seeking a Contractor who can be proactive and recognise potential serial problems, investigate the issue(s), propose viable solutions and communicate with the ORE Catapult Authorised Representative timeously throughout the whole process. You must be excellent at troubleshooting and have the ability/capability to identify problems that will help keep maintenance costs down and availability of the LDT up.
There are five (5) stages to this competitive procurement process:
Stage 1: Selection Questionnaire
Stage 2: Draft Invitation to Participate
Stage 3: Negotiations
Stage 4: Final Tender submission (Best and Final Offer “BAFO”)
Stage 5: Contract Award
The initial Term shall be for a period of three (3) years with the option to extend for up to a further two (2) years. ORE Catapult reserve the option to extend year on year thereafter, for up to a further period of five (5) years, subject to funding being made available to ORE Catapult as well as the satisfactory performance of the Contractor.
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
Start date
1 April 2025
This contract is subject to renewal
Yes
Description of renewals
The initial Term shall be for a period of three (3) years with the option to extend for up to a further two (2) years. ORE Catapult reserve the option to extend year on year thereafter, for up to a further period of five (5) years, subject to funding being made available to ORE Catapult as well as the satisfactory performance of the Contractor.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
See tender documentation for further details.
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
9 December 2024
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: Yes
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
The Strand
London
Country
United Kingdom