Research Tender for The Carbon Trust
The project aims to undertake a study to validate the current Performance Metrics approach proposed by the OWA, to assess the performance for some reference vessel designs and create base-line P-Plots.
United Kingdom-London: Research and development services and related consultancy services
2014/S 196-346818
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Carbon Trust
4th Floor, Dorset House, 27-45 Stamford Street
For the attention of: Dan Kyle Spearman
SE1 9NT London
UNITED KINGDOM
Telephone: +44 2078324528
E-mail: dan.kylespearman@carbontrust.com
Internet address(es):
General address of the contracting authority: www.carbontrust.com
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The Carbon Trust
4th Floor, Dorset House, 27-45 Stamford Street
For the attention of: Dan Kyle Spearman
SE1 9NT London
UNITED KINGDOM
Telephone: +44 2078324528
E-mail: dan.kylespearman@carbontrust.com
Internet address: www.carbontrust.com
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 8: Research and development services
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The project aims to undertake a study to validate the current Performance Metrics approach proposed by the OWA, to assess the performance for some reference vessel designs and create base-line P-Plots.
The primary objectives of this work are to:
— Validate and fine tune the Performance Metrics and Performance Plots (P-Plots) assessment through the use of sea trials, numerical testing and/or model testing.
— Create P-Plots for a minimum of 3 conventional hull-shapes that the industry can consider as baselines to develop their own P-Plots.
— Gain confidence in determining P-Plots through a variety of different test approaches.
II.1.6)Common procurement vocabulary (CPV)
73000000, 76500000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 170 000 and 200 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Bidders are required to state that they are free of any commercial interests, partnership arrangements or contracts under-way or other matters which may present a conflict or potential conflict of interest in respect of the provision of these services.
An example of a conflict of interest would be a bidder who, either by themselves or as part of a consortium, designs or manufactures vessels, since the output of the project could be biased.
If a bidder thinks that they may have any conflict or potential conflict of interest, the bidder should describe the details of this conflict and provide details of whether and how it would propose to manage such a conflict in a satisfactory and robust manner.
The Carbon Trust reserves the right to require the provision of further information in relation to the bidder’s response to this pre-condition.
This is a mandatory pre-condition. If the Carbon Trust is not satisfied with the bidder’s response, the bidder’s tender will be non-compliant.
III.2.2)Economic and financial ability
2. Has your organisation met all its obligations to pay its creditors and staff during the past year? If no, explain why not?
3. Does any of the following apply to your organisation, or to (any of) the director(s)/partners/proprietor(s).
(a) Is in a state of bankruptcy, insolvency, compulsory winding up, receivership, composition with creditors, or subject to relevant proceedings?
b) has commenced negotiations with all or a class of its creditors with a view to rescheduling any of its debts, or makes a proposal for or enters into any compromise or arrangement with its creditors, other than (where the potential provider is a company) for the sole purpose of a scheme for its bona fide solvent amalgamation or solvent reconstruction;
(c) a petition is filed (which is not dismissed within 14 days of its service), a notice is given, a shareholders meeting is convened to consider a resolution, a resolution is passed, or an order is made, for or in connection with the winding up of the potential provider, other than for the sole purpose of a scheme for its bona fide solvent amalgamation or solvent reconstruction;
(d) Has been convicted of a criminal offence related to business or professional conduct?
(e) Has committed an act of grave misconduct in the course of business?
(f) Has not fulfilled obligations related to payment of taxes?
(g) Is guilty of serious misrepresentation in supplying information?
(h) Is not in possession of relevant licences or membership of an appropriate organisation where required by law?
4. Supply details of company standing (annual accounts and turnovers for the last 3 years in the area of business most relevant to the work under consideration, number of staff, length of time trading).
5. Provide copies of any public liability, employer’s liability and professional indemnity insurance certificates.
Minimum level(s) of standards possibly required: Evidence that the service provider is in a satisfactory financial position to deliver the required services.
III.2.3)Technical capacity
1. Have you had any contracts terminated for poor performance in the last 3 years, or any contracts where damages have been claimed by the other contracting party? If yes, please provide details.
2. Details and/or certificate(s) attesting the company or companies’ conformity with quality assurance standards and any other standards relevant to the services.
3. Indication of whether any proportion of the contract would be sub-contracted to another organisation and if so the proportion of the contract that would be sub-contracted.
4.Detail staff turnover rates.
Minimum level(s) of standards possibly required:
Demonstrate the capacity to perform the services required.
The Bidder should demonstrate sufficient aptitude to deliver the services.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Approach to Work – See Section VI.3 for additional information about the nature of the criterion. Weighting 40
2. Experience; see Section VI.3 for additional information about the nature of the criterion. Weighting 25
3. Staff Skills; see Section VI.3 for additional information about the nature of the criterion. Weighting 20
4. Price; See Section VI.3 for additional information. Weighting 15
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Criterion 1: Approach to work (weighting 40%)
Bidders are required to provide the evidence of the approach to work within the main body of the tender (not in a separate document).
Proposed approach (30 %)
— Bidders are required to provide a detailed description on how they plan to develop each work package described in Annex A. As part of the proposed approach, it will be evaluated if the bidder provides answers to the Work Package 0 during the tendering process (please refer to Annex A).
Suggestions (5 %)
— Suggestions of additional areas of work to those described in Annex A of the ITT that the bidder proposes looking at as part of this study in order to achieve the required objectives, maintain an industry focus and provide valuable insights into the potential for reducing costs and risks for Round 3 offshore wind projects.
— Bidders are required to differentiate which are their additional areas of work from the proposed approach. Besides, bidders should specify if the proposed additions affect the total price, and quote them separately.
Project management (5 %)
— Bidders are required to describe how they will manage the project utilising appropriate resources and describe how they will work with the various stakeholders, such as the OWA TWG, to get information and manage potentially conflicting relationships. It is not expected that the Contractor will have to run any workshops with stakeholders.
Criterion 2: Experience (weighting 25 %)
Bidders are required to provide the experience evidence as an appendix, at the end of the bid document (not in a separate document).
— Experience in vessel design and performance assessment (15 %)
— Experience in data analysis and sea trials (7.5 %)
— Experience in Offshore Wind O&M (2.5 %)
— Bidders should elaborate on experience of the criteria described. Explain how these past experiences are relevant for this tender. In addition, the bidder should provide at least two examples (with reference to specific roles, responsibilities and activities the bidder undertook) of previous work which illustrates the bidder’s skills, capabilities, and experience in all of these areas (bidders may wish to make reference to submitted examples of previous work for other clients). Bidders are advised that experience is considered a key important criterion and partnerships with other companies to support certain areas of experience are welcomed.
Criterion 3 — staff skills (weighting 20 %)
Bidders are required to provide the staff skills evidence as an appendix, at the end of the bid document (not in a separate document).
— CVs/Resumes (2.5 %)
— Detailed CVs/Resumes for any staff who will be involved with this Contract together with proposed project structure, intended position of staff in the project, and main responsibilities. CVs should include professional memberships of proposed staff working on this project.
— Applicable skills (7.5 %)
— Bidders should elaborate on the most relevant skills of the selected staff that will be applicable in the project.
— Prior experience of involved staff (7.5 %)
— Please include examples of similar work performed by the proposed staff members, explaining how this is relevant to the work described in Annex A.
— Expert engagement (2.5 %)
— A close working relationship with key stakeholders such as vessel and access designers, vessel operators, shipyards, installers and marine operations experts as well as the OWA Technical Working Group are seen relevant to the success of this project. Please supply ideas of how these groups can be engaged and leveraged.
Criterion 4 — price (weighting 15 %)
In the event that the tenderers plan to use or rely on existing intellectual property or know-how for the project (e.g. existing O&M modelling tools), the Carbon Trust’s expectation is that a premium will not be charged for leveraging this IP or know-how. Furthermore, bidders need to ensure that they are charging offshore wind market rates, which traditionally are lower than those in other industries.
Besides, bidders are required to provide the evidence of the approach to work (which should include the bidder’s approach in respect of IP) within the main body of the tender (not in a separate document).
— Day rates and man-hours for all staff grades (5 %)
— Bidders are required to provide day rates for all staff grades. In addition, bidders are required to input the man-hours involved in each work package described in Annex A.
— In addition, they are required to input the man-hours involved in each work package described in Annex A of the ITT.
— Fixed price for the project (10 %)
— Project cost breakdown by work package, time and rate of person completing the work as specified in Section 5 of the ITT.
— Bidders are required to specify expected expenses apart from the estimated budget for each work package.
— Carbon Trust will reimburse reasonable expenses at cost and receipts may be requested. Pre-approval will be required for travel costs over 150 GBP per return journey and combined hotels & subsistence costs exceeding 200 GBP per day.
— Bidders will be required to confirm or comment on their ability to carry out the activities detailed in the Scope of Works within the initial term of the Contract and provide an outline plan of work.
I.1) Name, addresses and contact point(s)
For the attention of: Please include ‘Technical Delivery Consultant (Offshore Wind Farm Low Frequency AC Electrical Systems’ in the subject field of all e-mails.
VI.4.1)Body responsible for appeal procedures
The High Court
Royal Courts of Justice, The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Internet address: http://www.hmcourts-service.co.uk
VI.4.2)Lodging of appeals
The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5)Date of dispatch of this notice: