Construction Tenders

06 May 2025

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type

No. of Lots 1

Status Active

Published 14th Jan 2025

Tender Details
Referenceocds-h6vhtk-04cfec
Common Procurement VocabularyRepair and maintenance services of ships
Procurement MethodOpen procedure
Value£200,000
More Tenders »

United Kingdom

Category Services

Type

No. of Lots 1

Status Active

Published 14th Jan 2025

Tender Details
Referenceocds-h6vhtk-04cfec
Common Procurement VocabularyRepair and maintenance services of ships
Procurement MethodOpen procedure
Value£200,000

Section I: Contracting authority

I.1) Name and addresses

Offshore Renewable Energy Catapult

Inovo, 121 George Street

Glasgow

G1 1RD

Contact

Mr Murray Adams

Email

procurement [at] ore.catapult.org.uk

Telephone

+44 7425657551

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.ore.catapult.org.uk

Buyer's address

https://www.ore.catapult.org.uk

I.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/

I.4) Type of the contracting authority

Other type

Compliance with Grant Funding Agreement

I.5) Main activity

Other activity

Research and Development


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

UK SOV Manufacture Business Case Development - ORE/24/101

Reference number

DN758980

II.1.2) Main CPV code

  • 50241000 - Repair and maintenance services of ships

II.1.3) Type of contract

Services

II.1.4) Short description

The offshore wind industry is growing rapidly, with over 850GW of capacity expected to be installed globally by 2050. This is underpinned by global commitments to reduce carbon emissions and by improving the cost efficiency of wind as an energy source.

In line with this rapid expansion, the number of vessels required to support offshore wind developments throughout their operational life will also require major growth. Here at ORE Catapult, we have conducted analysis to determine the size of the market for operations and maintenance (O&M) vessels, based on global installed capacity targets. Up to 2050, strategies centred on Crew Transfer Vessels (CTVs) and Service Operation Vessels (SOVs) are expected to be employed. Globally, this could equate to up to 2325 CTVs and 423 SOVs in operation by 2050.

This presents a huge opportunity for UK Shipbuilding, however, none of the UK’s currently operating SOVs have been built in the UK. This project aims to develop the business case for establishing this production.

II.1.5) Estimated total value

Value excluding VAT: £200,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 50241000 - Repair and maintenance services of ships
  • 50242000 - Conversion services of ships
  • 50244000 - Reconditioning services of ships or boats
  • 50245000 - Upgrading services of ships

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Offshore Renewable Energy Catapult, working together with The Crown Estate and The National Shipbuilding Office are tendering this piece of work to establish the business case for investment in SOV manufacturing in the UK. The aim of the study is to use a make/buy assessment to detail the optimum solution for UK follow on investment.

II.2.5) Award criteria

Quality criterion - Name: Methodology and Proposed Approach / Weighting: 30

Quality criterion - Name: Understanding of this specific project requirements / Weighting: 30

Quality criterion - Name: Skills and Experience of the Delivery Team / Weighting: 20

Quality criterion - Name: Project plan showing time scale and deliverables / Weighting: 20

Price - Weighting: 100

II.2.6) Estimated value

Value excluding VAT: £200,000

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

End date

16 May 2025

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

14 February 2025

Local time

12:00pm

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

English

IV.2.7) Conditions for opening of tenders

Date

14 February 2025

Local time

12:00pm

Place

Online opening.


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

London

Country

United Kingdom

VI.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.