Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Offshore Renewable Energy Catapult
Inovo, 121 George Street
Glasgow
G11RD
UK
Person cyswllt: Mrs Sian Kerrison
Ffôn: +44 3330041400
E-bost: procurement@ore.catapult.org.uk
NUTS: UKC2
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.ore.catapult.org.uk
Cyfeiriad proffil y prynwr: https://www.ore.catapult.org.uk
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://procontract.due-north.com/
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://procontract.due-north.com/
I.4) Y math o awdurdod contractio
Arall: Compliance with grant funding agreement
I.5) Prif weithgaredd
Arall: Research and Development
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
National Offshore Anemometry Hub (NOAH) Operation & Maintenance Services
Cyfeirnod: DN746542
II.1.2) Prif god CPV
50000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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 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 NOAH up. Estimated value for 3+2+5 to include NOAH and other assets £15m.
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. Accordingly, ORE Catapult intends to award a single contract for the requirement. Phases of the procurement process:
Stage 1 Issue Invitation to Participate
Tenderers shall be required to submit an initial ITP submission which shall be the basis for any subsequent negotiations.
Stage 2 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 3 Negotiations
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 also 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 will inform remaining Tenderers of the common deadline to submit new or revised tenders.
Stage 4 Final Tender submission (BAFO)
ORE Catapult verify final tenders to ensure they conform to minimum requirements and evaluate on the basis of the published award criteria in the Invitation to Participate.
Stage 5 Contract Award / Mandatory Standstill period observed.
Successful Tenderer(s) notified in writing.
Unsuccessful Tenderer(s) notified in writing and feedback provided.
ORE Catapult delivery team to support Contractor through Pre-Mobilisation Planning
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 15 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
34514800
II.2.3) Man cyflawni
Cod NUTS:
UKC2
II.2.4) Disgrifiad o’r caffaeliad
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 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 NOAH up. Estimated value for 3+2+5 to include NOAH and other assets £15m.
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. Accordingly, ORE Catapult intends to award a single contract for the requirement. Phases of the procurement process:
Stage 1 Issue Invitation to Participate
Tenderers shall be required to submit an initial ITP submission which shall be the basis for any subsequent negotiations.
Stage 2 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 3 Negotiations
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 also 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 will inform remaining Tenderers of the common deadline to submit new or revised tenders.
Stage 4 Final Tender submission (BAFO)
ORE Catapult verify final tenders to ensure they conform to minimum requirements and evaluate on the basis of the published award criteria in the Invitation to Participate.
Stage 5 Contract Award / Mandatory Standstill period observed.
Successful Tenderer(s) notified in writing.
Unsuccessful Tenderer(s) notified in writing and feedback provided.
ORE Catapult delivery team to support Contractor through Pre-Mobilisation Planning
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
01/09/2025
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The initial terms 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 Contract.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Ydy
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gystadleuol gyda negodi
IV.1.5) Gwybodaeth am negodi
Ceidw’r awdurdod contractio yr hawl i ddyfarnu’r contract ar sail y tendrau gwreiddiol heb gynnal negodiadau
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
24/03/2025
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
The initial terms 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 Contract.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Royal Courts of Justice
Strand
London
UK
VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu
Royal Courts of Justice
Strand
London
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
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.
VI.5) Dyddiad anfon yr hysbysiad hwn
21/02/2025