Notice Information
Notice Title
Floating Offshore Wind - Application of Standards, Regulations, Project Certification and Classification - Risks and Opportunities
Notice Description
Floating Offshore Wind - Application of Standards, Regulations, Project Certification and Classification - Risks and Opportunities Project Objective(s) Phase 1 * Outline the key technical standards relevant to the development, design, manufacture, assembly, installation, commissioning, operation, maintenance and decommissioning of FOW in the UK. Note, this includes FOW turbines, sub-structures, mooring and anchoring systems and all electrical infrastructure including floating sub-station; * Identify and outline differences between standards and regulations (numerous) and of different certification and classification organisations (e.g. DNV-GL, Bureau Veritas, Lloyds Register); * Outline the certification process for FOW (technology, project etc), in commercial projects in the UK (see option to include assessment of the same in all major FOW markets); * Identify and outline differences between certification of different typologies (including consideration of material type) including for designs that are not based directly on O&G substructure designs; * Outline other technical regulation (for example vessel classification and certification) required for commercial projects in the UK; Phase 1 (Optional Scope) * As above, but including consideration of other key FOW markets internationally; Phase 2 * Identify areas of risk in the application of standards, other technical regulation and (should it be required) achieving project certification for commercial scale FOW projects in the UK, Note, this should include consideration of anticipated technology innovation in key areas such as mooring and anchoring systems; * Identify mitigations for the risks outlined above and * Identify opportunities to support the development of standards, relevant technical knowledge (and where appropriate the certification / classification processes) to ensure projects are developed, constructed and operated to appropriate and proportional standards.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-7ac0bccd-3f15-4647-9f80-f66f35b8833f
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/d3fb50bb-e411-4c06-877a-15c8938bee10
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
73 - Research and development services and related consultancy services
79 - Business services: law, marketing, consulting, recruitment, printing and security
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
71314000 - Energy and related services
71350000 - Engineering-related scientific and technical services
71351210 - Geophysical consultancy services
72221000 - Business analysis consultancy services
73220000 - Development consultancy services
79411000 - General management consultancy services
90710000 - Environmental management
Notice Value(s)
- Tender Value
- £80,000 Under £100K
- Lots Value
- Not specified
- Awards Value
- £72,000 Under £100K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 28 Oct 20205 years ago
- Submission Deadline
- 4 Aug 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 15 Oct 20205 years ago
- Contract Period
- 26 Oct 2020 - 25 Apr 2021 6-12 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- OFFSHORE RENEWABLE ENERGY CATAPULT
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- GLASGOW
- Postcode
- G1 1RD
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- Not specified
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow East
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/d3fb50bb-e411-4c06-877a-15c8938bee10
28th October 2020 - Awarded contract notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/10b8a49c-7867-49eb-b372-f27bfc2fe85b
15th July 2020 - Opportunity notice on Contracts Finder
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-7ac0bccd-3f15-4647-9f80-f66f35b8833f-2020-10-28T14:38:08Z",
"date": "2020-10-28T14:38:08Z",
"ocid": "ocds-b5fd17-7ac0bccd-3f15-4647-9f80-f66f35b8833f",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "OREC001-DN486725-96002582",
"title": "Floating Offshore Wind - Application of Standards, Regulations, Project Certification and Classification - Risks and Opportunities",
"description": "Floating Offshore Wind - Application of Standards, Regulations, Project Certification and Classification - Risks and Opportunities Project Objective(s) Phase 1 * Outline the key technical standards relevant to the development, design, manufacture, assembly, installation, commissioning, operation, maintenance and decommissioning of FOW in the UK. Note, this includes FOW turbines, sub-structures, mooring and anchoring systems and all electrical infrastructure including floating sub-station; * Identify and outline differences between standards and regulations (numerous) and of different certification and classification organisations (e.g. DNV-GL, Bureau Veritas, Lloyds Register); * Outline the certification process for FOW (technology, project etc), in commercial projects in the UK (see option to include assessment of the same in all major FOW markets); * Identify and outline differences between certification of different typologies (including consideration of material type) including for designs that are not based directly on O&G substructure designs; * Outline other technical regulation (for example vessel classification and certification) required for commercial projects in the UK; Phase 1 (Optional Scope) * As above, but including consideration of other key FOW markets internationally; Phase 2 * Identify areas of risk in the application of standards, other technical regulation and (should it be required) achieving project certification for commercial scale FOW projects in the UK, Note, this should include consideration of anticipated technology innovation in key areas such as mooring and anchoring systems; * Identify mitigations for the risks outlined above and * Identify opportunities to support the development of standards, relevant technical knowledge (and where appropriate the certification / classification processes) to ensure projects are developed, constructed and operated to appropriate and proportional standards.",
"datePublished": "2020-07-15T15:00:41+01:00",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "73220000",
"description": "Development consultancy services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90710000",
"description": "Environmental management"
},
{
"scheme": "CPV",
"id": "71350000",
"description": "Engineering-related scientific and technical services"
},
{
"scheme": "CPV",
"id": "71314000",
"description": "Energy and related services"
},
{
"scheme": "CPV",
"id": "72221000",
"description": "Business analysis consultancy services"
},
{
"scheme": "CPV",
"id": "79411000",
"description": "General management consultancy services"
},
{
"scheme": "CPV",
"id": "71351210",
"description": "Geophysical consultancy services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "United Kingdom"
},
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 80000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2020-08-05T00:00:00+01:00"
},
"contractPeriod": {
"startDate": "2020-08-28T00:00:00+01:00",
"endDate": "2021-02-26T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/10b8a49c-7867-49eb-b372-f27bfc2fe85b",
"datePublished": "2020-07-15T15:00:41+01:00",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-154098",
"name": "Offshore Renewable Energy Catapult",
"identifier": {
"legalName": "Offshore Renewable Energy Catapult"
},
"address": {
"streetAddress": "Inovo - 4th Floor",
"locality": "Glasgow",
"postalCode": "G1 1RD",
"countryName": "Scotland"
},
"contactPoint": {
"name": "Francesca Robinson",
"email": "procurement@ore.catapult.org.uk",
"telephone": "+44 3330041400"
},
"details": {
"url": "https://www.ore.catapult.org.uk"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-109191",
"name": "Ramboll UK Limited",
"identifier": {
"legalName": "Ramboll UK Limited"
},
"address": {
"streetAddress": "SE1 8NW"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-CFS-154098",
"name": "Offshore Renewable Energy Catapult"
},
"awards": [
{
"id": "ocds-b5fd17-7ac0bccd-3f15-4647-9f80-f66f35b8833f-1",
"status": "active",
"date": "2020-10-16T00:00:00+01:00",
"datePublished": "2020-10-28T14:38:08Z",
"value": {
"amount": 72000,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-109191",
"name": "Ramboll UK Limited"
}
],
"contractPeriod": {
"startDate": "2020-10-26T00:00:00Z",
"endDate": "2021-04-25T23:59:59+01:00"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/d3fb50bb-e411-4c06-877a-15c8938bee10",
"datePublished": "2020-10-28T14:38:08Z",
"format": "text/html",
"language": "en"
}
]
}
]
}