Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Full Scale Mooring Test Line Rig ORE/23/089

  • Cyhoeddwyd gyntaf: 15 Hydref 2023
  • Wedi'i addasu ddiwethaf: 15 Hydref 2023

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-040bca
Cyhoeddwyd gan:
Offshore Renewable Energy Catapult
ID Awudurdod:
AA29950
Dyddiad cyhoeddi:
15 Hydref 2023
Dyddiad Cau:
13 Tachwedd 2023
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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 appointing a single contractor (or consortium) to design and construct Full Scale Mooring Test Line Rig at its 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.

Stage 2 - Non-Disclosure Agreement (NDA). Preferred Tenderers will enter into a NDA within one (1) week 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 - Issue Invitation to Participate. 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 6 — 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 7 — Letter of Intent - Successful Tenderer(s) notified in writing. Unsuccessful Tenderer(s) notified in writing and feedback provided. Ten (10) calendar day mandatory standstill period shall be applied

Stage 8 - Contract Award - ORE Catapult to issue formal letter of award, subject to UK Government Funding Approval.

NB: The target budget for the build and commissioning of the rig is £1.5M, this includes a risk / contingency provision

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Offshore Renewable Energy Catapult

Inovo, George Street

Glasgow

G11RD

UK

Person cyswllt: Mrs Sian Kerrison

Ffôn: +44 3330041400

E-bost: procurement@ore.catapult.org.uk

NUTS: UKM50

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/Advert/Index?advertId=852b7599-a569-ee11-8124-005056b64545


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://procontract.due-north.com/Advert/Index?advertId=852b7599-a569-ee11-8124-005056b64545


I.4) Y math o awdurdod contractio

Arall: Compliance with grant funding agreement

I.5) Prif weithgaredd

Arall: Research & Development

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Full Scale Mooring Test Line Rig ORE/23/089

Cyfeirnod: DN694250

II.1.2) Prif god CPV

43328000

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

ORE Catapult intends to expand its cable testing capabilities by appointing a single contractor (or consortium) to design and construct Full Scale Mooring Test Line Rig at its National Floating Offshore Wind Innovation Centre (FLOWIC) site in Aberdeen.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 500 000.00 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

31682210

42000000

43328000

II.2.3) Man cyflawni

Cod NUTS:

UKM

UKM50

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 intends to expand its cable testing capabilities by appointing a single contractor (or consortium) to design and construct Full Scale Mooring Test Line Rig at its 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.

Stage 2 - Non-Disclosure Agreement (NDA). Preferred Tenderers will enter into a NDA within one (1) week 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 - Issue Invitation to Participate. 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 6 — 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 7 — Letter of Intent - Successful Tenderer(s) notified in writing. Unsuccessful Tenderer(s) notified in writing and feedback provided. Ten (10) calendar day mandatory standstill period shall be applied

Stage 8 - Contract Award - ORE Catapult to issue formal letter of award, subject to UK Government Funding Approval.

NB: The target budget for the build and commissioning of the rig is £1.5M, this includes a risk / contingency provision

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.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 500 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Diwedd: 13/08/2025

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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: 13/11/2023

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: Na

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Royal Courts of Justice

Strand

London

WC2A 2LL

UK

VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu

Royal Courts of Justice

Strand

London

WC2A 2LL

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

13/10/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
31682210 Cyfarpar offeryniaeth a rheoli Cyflenwadau trydan
43328000 Gwaith gosod hydrolig Cyfarpar adeiladu
42000000 Peiriannau diwydiannol Technoleg ac Offer

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
procurement@ore.catapult.org.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.