View Notice

Do you wish to record an interest in this notice?
Do you require any additional documents?

Notice Details

Title: Pre-Commercial Procurement: Design, develop, and demonstrate wave energy converter systems (EuropeWave PCP).
Reference No: JUL420142
OCID: ocds-r6ebe6-0000650423
Published by: Wave Energy Scotland Limited
Publication Date: 02/07/2021
Deadline Date: 01/10/2021
Deadline Time: 12:00
Notice Type: 02 Contract Notice
Has Documents: Yes
Has ESPD: No
Abstract: This contract notice invites interested operators to submit tenders for the EuropeWave pre-commercial procurement (PCP).
The EuropeWave PCP aims to accelerate the design, development, and demonstration of cost-effective wave energy converter (WEC) systems to produce clean electricity, advance promising designs for wave energy converter systems to a point from which they are ready to proceed to a first of a kind commercial-scale design and testing programme and commercial exploitation through other national/regional programmes and/or private sector investment.
The main technical challenges to be addressed may be expressed in terms of:
- Performance – obtain quantitative evidence of power capture and conversion capability and increase confidence in yield predictions from simulations.
- Survivability – demonstrate effective survival strategies.
- Availability – demonstrate levels of availability through reliable prototype operation.
- Affordability – increase confidence in estimations of the technology costs (capital and operational) and the requirements to achieve a LCOE which is competitive in the target market.
The culmination of the EuropeWave PCP programme (Phase 3) will see prototypes, at substantial scale and with fully representative subsystems, deployed at the open-water facilities of the European Marine Energy Centre (EMEC) in Scotland and the Biscay Marine Energy Platform (BiMEP) in the Basque Country and operated for a minimum period to demonstrate device performance, reliability and cost. Physical model testing in earlier phases is expected to take place in Instituto de Hidráulica Ambiental de Cantabria (IHC) and FloWave Ocean Energy Research Facility (FloWave).
This joint procurement exercise is being undertaken by Wave Energy Scotland in its role of lead procurer acting in the name and on behalf of the procurers of the EuropeWave buyers group:
- Wave Energy Scotland, An Lochran, 10 Inverness Campus, Inverness, IV2 5NA, Scotland, UK (Company number SC493764);
- Ente Vasco de la Energía, Alameda de Urquijo 36, 1, Bilbao 48011, Basque Country, Spain (Company number Q5150001E), NUTS code: ES2, https://www.eve.eus.
CPV: 73100000, 73300000, 71300000, 76000000.

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Lead Procurer: Wave Energy Scotland Limited

An Lòchran, 10 Inverness Campus

Inverness

IV2 5NA

UK

Telephone: +44 1463245245

E-mail: wesprocurement@hient.co.uk

NUTS: UKM

Internet address(es)

Main address: http://www.europewave.eu

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA24283

I.1) Name and addresses

Lead Procurer: Wave Energy Scotland Limited

An Lòchran, 10 Inverness Campus

Inverness

IV2 5NA

UK

Telephone: +44 1463245245

E-mail: wesprocurement@hient.co.uk

NUTS: UKM

Internet address(es)

Main address: http://www.waveenergyscotland.co.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA24283

I.2) Joint procurement

The contract involves joint procurement

In the case of joint procurement involving different countries – applicable national procurement law:

The applicable national procurement law is that of Scotland, the national procurement law of the Lead Procurer.

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publiccontractsscotland.gov.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

www.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Technology research and development support

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Pre-Commercial Procurement: Design, develop, and demonstrate wave energy converter systems (EuropeWave PCP).

II.1.2) Main CPV code

73100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This contract notice invites interested operators to submit tenders for the EuropeWave pre-commercial procurement (PCP).

The EuropeWave PCP aims to accelerate the design, development, and demonstration of cost-effective wave energy converter (WEC) systems to produce clean electricity, advance promising designs for wave energy converter systems to a point from which they are ready to proceed to a first of a kind commercial-scale design and testing programme and commercial exploitation through other national/regional programmes and/or private sector investment.

The main technical challenges to be addressed may be expressed in terms of:

- Performance – obtain quantitative evidence of power capture and conversion capability and increase confidence in yield predictions from simulations.

- Survivability – demonstrate effective survival strategies.

- Availability – demonstrate levels of availability through reliable prototype operation.

- Affordability – increase confidence in estimations of the technology costs (capital and operational) and the requirements to achieve a LCOE which is competitive in the target market.

The culmination of the EuropeWave PCP programme (Phase 3) will see prototypes, at substantial scale and with fully representative subsystems, deployed at the open-water facilities of the European Marine Energy Centre (EMEC) in Scotland and the Biscay Marine Energy Platform (BiMEP) in the Basque Country and operated for a minimum period to demonstrate device performance, reliability and cost. Physical model testing in earlier phases is expected to take place in Instituto de Hidráulica Ambiental de Cantabria (IHC) and FloWave Ocean Energy Research Facility (FloWave).

This joint procurement exercise is being undertaken by Wave Energy Scotland in its role of lead procurer acting in the name and on behalf of the procurers of the EuropeWave buyers group:

- Wave Energy Scotland, An Lochran, 10 Inverness Campus, Inverness, IV2 5NA, Scotland, UK (Company number SC493764);

- Ente Vasco de la Energía, Alameda de Urquijo 36, 1, Bilbao 48011, Basque Country, Spain (Company number Q5150001E), NUTS code: ES2, https://www.eve.eus.

II.1.5) Estimated total value

Value excluding VAT: 16 333 333.00  EUR

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

73300000

71300000

76000000

II.2.3) Place of performance

NUTS code:

1A

II.2.4) Description of the procurement

This procurement takes the form of a pre-commercial procurement (PCP). In a PCP, R&D service contracts are awarded to several R&D service providers in parallel to progressively develop solutions in a phased approach. This allows the procurers to compare several design solutions in a competitive environment.

The EuropeWave PCP combines the phased approach of the PCP model, a stage-gated industrial development process, and an international evaluation and guidance framework for ocean energy technology.

Each selected operator will be awarded a framework agreement that covers up to three R&D phases:

Phase 1: Concept development

Phase 2: Design/modelling

Phase 3: Open-sea deployment & testing programme

After each phase, intermediate evaluations will be carried out to progressively select the best of the competing solutions. The contractors with the best-value-for-money solutions will be offered a call-off contract for the next phase, under the framework agreement.

Phase 1 is expected to start in January 2022. Phase 3 is expected to start in September 2023 and conclude in May 2026.

The selected operators will retain ownership of the intellectual property rights (IPRs) that they generate during the PCP and will be able to use them to exploit the full market potential of the developed solutions.

This procurement receives funding from the European Union’s Horizon 2020 Research and Innovation Programme, under grant agreement No 883751. The EU is not participating as a contracting authority in the procurement.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 53

This contract is subject to renewal: Yes

Description of renewals:

The Lead Procurer reserves the right to extend the duration of the framework agreement or any call-off contracts from it (time extensions only).

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Unused budget in Phase 1 and/or Phase 2 may be carried over to the next phase. See TD01 Request for Tenders section 4.2 for further information.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Please see the tender documents for the requirements.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Justification for any framework agreement duration exceeding 4 years: Pre-commercial procurement is exempted from the WTO Government Procurement Agreement (GPA), the EU public procurement directives and the national laws that implement them. The call-off contracts for Phase 3 are expected to be issued 21 months after the establishment of the framework – the duration in Section II.2.7. refers to the total length of the 3 phases.

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 041-102591

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

Date: 01/10/2021

Local time: 12:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 5 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 01/10/2021

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

This procurement concerns a pre-commercial procurement (PCP). PCPs are exempted from the EU public procurement directives (2004/18/EC (or 2014/24/EU) and 2004/17/EC (or 2014/25/EU)), and the national laws that implement them, because the procurers do not retain all the benefits of the R&D (the IPR ownership stays with the contractors).Publication of this contract notice in the OJEU is not to be understood as a waiver of this exemption. Publication is made on a voluntary basis and the procurement will not follow the procedures under the EU public procurement directives, but rather the procedure described in the tender documentation.

An open procedure was chosen in Section IV.1.1) ‘Procedure’ for formal reasons only.This is because it is not possible to publish a contract notice without selecting one of the listed procedures.

PCPs also exempted from the WTO Government Procurement Agreement (GPA) because the WTO GPA does not cover R&D services (PCPs being limited to such services).

PCPs do not constitute state aid under the EU state aid rules if they are implemented following an open, transparent, competitive procedure with risk and benefit sharing at market price.

The value stated in Section II.1.5. refers to the total estimated value of the PCP framework agreement in euros (excluding VAT).Details of the budget for each phase and the budget for each individual call-off contract are provided in TD01 .

Call-off contracts will be priced and paid in euros.

Offers must be submitted in English.All communication (before, during and after the procurement) must be made in English.

Participation in the open market consultation webinar that was held on 26 April 2021 as part of the preparation for this procurement is not a prerequisite for submitting a tender. A recording, the Q&A and the slides of the webinar are available on the EuropeWave project website (www.europewave.eu).

Further general information about PCPs is available on the Europa website (see https://ec.europa.eu/digital-single-market/innovation-procurement).

Framework agreements and a call-off contracts for Phase 1 are expected to be awarded to a minimum of five (5) contractors.

Section IV.2.1: a PIN Corrigendum Notice was also published in the OJEU, reference number: 2021/S 063-160938.

The Public Contract Scotland (PCS) portal will be the single point of truth for this procurement exercise. All queries must be raised via the PCS Q&A facility by the deadline for queries stated in the request for tender documentation.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=650423.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Pre-commercial procurement is exempted from the WTO Government Procurement Agreement (GPA), the EU public procurement directives and the national laws that implement them.

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Pre-commercial procurement is exempted from the WTO Government Procurement Agreement (GPA), the EU public procurement directives and the national laws that implement them.

However, for Phase 2 and 3, the Lead Procurer reserves the right to include community benefits clauses.

(SC Ref:650423)

VI.4) Procedures for review

VI.4.1) Review body

WES

Inverness

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The procurement is exempted from the EU public procurement directives (2004/18/EC (or 2014/24/EU), 2004/17/EC (or 2014/25/EU)), including the EU procurement remedies directives (89/665/EEC and 92/13/EEC) and the national laws that implement them.

Publication of this notice in the Official Journal is not to be understood as a waiver of this exemption by the contracting authority.

VI.5) Date of dispatch of this notice

02/07/2021


Information added to the notice since publication.

Additional information added to the notice since it's publication.
DateDetails
06/07/2021 13:38Question and Answers deadline change

The deadline for submission of questions through the online Q&A function has been changed as below.
Old question submission deadline: 15/09/2021 12:00
New question submission deadline: 16/09/2021 00:00
Please ensure that you have submitted all questions before the new date.
15/07/2021 08:52Information Day Webinar Recording

This is now available at https://www.europewave.eu/videos, together with a copy of the slide-pack.

Any questions in relation to this or any aspect of the tender should be raised through Public Contracts Scotland.
19/07/2021 13:26EuropeWave - webinar recording and slides

The recording of the information webinar held on 13 July 2021 and the slides are available at https://www.europewave.eu/videos.

The Q&A document will follow.
23/07/2021 14:49ADDED FILE: EuropeWave - information webinar Q&A

EuropeWave - information webinar Q&A
23/07/2021 14:59EuropeWave - information webinar Q&A

The Q&A document from the information webinar held on 13 July is now available in the Additional Document section.
28/07/2021 08:19EuropeWave PCP - NUTS code

Please note the NUTS code in Section II.2.3. of the Contract Notice is a PCS error - Section 6.4.3 gives full details on the requirements relating to the place of performance of the contract.
28/07/2021 11:20EuropeWave PCP - Brokerage Tools

Please note the Online Brokerage Tool has now been extended until 3 August 2021. Please visit https://europewave.b2match.io/ .
13/09/2021 08:12REPLACED FILE: TD06_FinancialOfferCostBreakdown version 2

TD06 Financial Offer and Cost Breakdown v2
Main Contact: wesprocurement@hient.co.uk
Admin Contact: N/a
Technical Contact: N/a
Other Contact: N/a

Commodity Categories

Commodity Categories
IDTitleParent Category
73300000Design and execution of research and developmentResearch and development services and related consultancy services
71300000Engineering servicesArchitectural, construction, engineering and inspection services
73100000Research and experimental development servicesResearch and development services and related consultancy services
76000000Services related to the oil and gas industryCPV Root

Delivery Locations

Delivery Locations
IDDescription
130Aberdeen & North-East
100All Scotland
160Edinburgh & Lothians
150Glasgow & Strathclyde
120Highlands and Islands
180Outside Scotland
170Scotland South
140Tayside, Central & Fife

Document Family

Hide related notices
JUL420142: Pre-Commercial Procurement: Design, develop, and demonstrate wave energy converter systems (EuropeWave PCP).
Publication Date: 02/07/2021
Deadline: 01/10/2021
Notice Type: 02 Contract Notice
Authority name: Wave Energy Scotland Limited
MAR444301: Pre-Commercial Procurement: Design, develop, and demonstrate wave energy converter systems (EuropeWave PCP).
Publication Date: 24/03/2022
Notice Type: 03 Contract Award Notice - Successful Supplier(s)
Authority name: Wave Energy Scotland Limited

Further Instructions

The Buyer has attached further instructions with this notice. Please read these carefully and take the necessary action(s).

Record your interest in this notice and you will be automatically sent clarifications and deadline date changes etc. Please note that recording your interest does not automatically enter you into the tender process for this notice, you still have to submit your response by the deadline stated. To record an interest in this notice and add it to your interests list please click the Record your interest now button at the top of the page.

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the Record your interest now button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the Record your interest now button at the top of the page.

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Alternatively, you can download all current documents (Zip File)

Current Documents

CreatedNameDescriptionSizeDownloads
02/07/2021 TD01_RequestForTenders TD01 Request for Tenders954.15 KB221
02/07/2021 TD02_PCP_Challenge TD02 PCP Challenge613.84 KB181
02/07/2021 TD02_PCP_Challenge_AnnexA_Phase1Testing TD02 Annex A Phase 1 Testing179.23 KB151
02/07/2021 TD02_PCP_Challenge_AnnexB_Phase3TestSiteFactSheet TD02 Annex B Phase 1 Test Site Fact Sheet275.59 KB153
02/07/2021 TD03_FrameworkAgreement_Template TD03 Framework Agreement227.30 KB157
02/07/2021 TD04_CalloffContract_Template TD04 Terms and Conditions - Phase call-off contract (Phase 1)209.89 KB141
02/07/2021 TD04_Call-offContract_Template_AnnexA_APG TD04 On demand Advance Payment Guarantee38.34 KB131
02/07/2021 Useful links Useful links - extracts from RfT115.28 KB128
02/07/2021 TD05_TechnicalOffer TD05 Technical Offer426.12 KB184
02/07/2021 TD05_TechnicalOffer_AnnexA_Abstract TD05 Technical Offer - Annex A - Abstract752.78 KB140
02/07/2021 TD05_TechnicalOffer_AnnexB_TechnologyRiskRegister TD05 Technical Offer - Annex B - Technology Risk Register1.44 MB137
02/07/2021 TD05_TechnicalOffer_AnnexC_ProjectRiskRegister TD05 Technical Offer - Annex C - Project Risk Register1.44 MB137
02/07/2021 TD07_Form1_General_Declaration_ConsortiumSubcontractor_Information TD07 Form 1 -General Declaration2.44 MB145
02/07/2021 TD07a_Form1_AnnexA_Consortium_Declaration_PoA TD07 Form 1 Annex A - Consortium Power of Attorney1.05 MB139
02/07/2021 TD07b_Form1_AnnexB_Subcontractor_Declaration TD07 Form 1 Annex B - Subcontractor Declaration1.80 MB124
02/07/2021 TD07c_Form1_AnnexC_ProjectTeamDetails TD07 Form 1 Annex C - Project Team Details1.61 MB142
02/07/2021 TD07_Form2_Criteria_Exclusion TD07 Form 2- Exclusion Criteria Declaration1.12 MB124
02/07/2021 TD07_Form3_Criteria_Selection TD07 Form 3 - Selection Criteria Declaration1.08 MB123
02/07/2021 TD07_Form4_Criteria_Compliance TD07 Form 4 - Compliance Criteria Declaration1.07 MB123
02/07/2021 TD07_Form4_AnnexA_Background TD07 Form 4 Annex A - Background1.19 MB125
02/07/2021 TD07_Form5_FormOfTender_FinancialOffer_Phase1_Declaration TD07 Form 5 - Financial Offer - Phase 1 Declaration (Form of Tender)1.01 MB133
02/07/2021 TD08_MarketConsultation_Q&A TD08 Market Consultation - Questions and Answers377.33 KB123
02/07/2021 TD09_ DocumentationChecklist TD09 Documentation Checklist361.33 KB134
02/07/2021 HIE Conflicts of Interest Policy HIE Conflicts of Interest Policy274.92 KB111
02/07/2021 WES Conflict of Interest Guidance WES Conflicts of Interest Guidance55.29 KB113
23/07/2021 EuropeWave_WebinarQ&A_v1.0 EuropeWave - information webinar Q&A330.79 KB67
13/09/2021 TD06_FinancialOfferCostBreakdown_v2 TD06 Financial Offer and Cost Breakdown v21.74 MB70

Replaced Documents

CreatedNameDescriptionSize
02/07/2021TD06_FinancialOfferCostBreakdownTD06 Financial Offer and Cost Breakdown1.74 MB

Copyright © Public Contracts Scotland