Opportunity

Energy Efficiency Retrofit projects – Managing Agent

  • Greater South East Energy Hub

F02: Contract notice

Notice reference: 2021/S 000-000305

Published 7 January 2021, 5:08pm



Section one: Contracting authority

one.1) Name and addresses

Greater South East Energy Hub

Cambridgeshire & Peterborough Combined Authority, 72 Market Street

Ely

CB7 4LS

Contact

Ms Heidi Parker

Email

heidi.parker@cambridgeshirepeterborough-ca.gov.uk

Telephone

+44 1480277180

Country

United Kingdom

NUTS code

UKH - EAST OF ENGLAND

Internet address(es)

Main address

https://cambridgeshirepeterborough-ca.gov.uk

Buyer's address

https://cambridgeshirepeterborough-ca.gov.uk

one.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=c56492d4-6450-eb11-8106-005056b64545

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/Advert/Index?advertId=c56492d4-6450-eb11-8106-005056b64545

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Energy Efficiency


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Energy Efficiency Retrofit projects – Managing Agent

Reference number

DN518798

two.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

The appointment of a Framework of Managing Agent across 17 consortia/ areas made up of 141 local authorities across the South East of England; to deliver a large scale, low carbon project to deliver energy retrofit and low carbon/renewable technologies across all tenures of housing stock.

This scope of services will include marketing, householder sign-up, scoping of requirement, procurement of works packages, full monitoring and evaluation of the delivery of the works and reporting.

two.1.5) Estimated total value

Value excluding VAT: £1,000,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
17

Maximum number of lots that may be awarded to one tenderer: 6

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The GSEEH is looking to procure a framework made up of 17 different areas/ consortia as 17 identically scoped Lots, and tenderers are invited to apply for up to 6 neighbouring areas for which they may be awarded between one and three as the primary supplier with an option of being invited to be the reserve supplier for any of the other areas. However, if there are insufficient suppliers for this number of areas, the GSEEH reserve the right to allocate more areas to any of the suppliers as the primary and may even offer a supplier an area for which they did not bid but is neighbouring an area for which they are a primary and this would be based on the rates already submitted for the primary areas. The details of how this will be calculated is set out in the tender documents but ultimately will be based on which supplier provides the most economical and advantageous tender for each of the areas/ lots.

two.2) Description

two.2.1) Title

Lot No

0

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKH - EAST OF ENGLAND
  • UKI - LONDON
  • UKJ - SOUTH EAST (ENGLAND)

two.2.4) Description of the procurement

The appointment of a Framework of Managing Agent across 17 consortia/ areas made up of 141 local authorities across the South East of England; to deliver a large scale, low carbon project to deliver energy retrofit and low carbon/renewable technologies across all tenures of housing stock.

This scope of services will include marketing, managing the customer journey including consortia engagement, householder sign-up, eligibility checks, retrofit works scoping, works estimation, procurement of works packages (either through their own supply chain and appointed by the managing agent or through the GSEEH DPS and appointed by the consortia, tender evaluation and award reports/ recommendations, contract completion, mobilisation and works management, commercial management, quality management and checks and output reporting.

the requirement will be the same for each of the following 17 Lots

1. London Consortia

2. Norfolk Consortia

3. Suffolk Consortia

4. Cambridge Consortia

5. Herts Consortia

6. Essex Consortia

7. Kent Consortia

8. East Sussex Consortia

9. Bucks Consortia

10. Berkshire Consortia

11. Ox Consortia

12. West Sussex (may join with East Sussex)

13. Surrey Consortia 1

14. Surrey Consortia 2

15. Hamps Consortia

16. Northants Consortia

17. Beds Consortia

The funding allocation for each of these area is calculated as being within one of 4 bands and this is set out in the tender documents

It should be noted that the initial call-offs across all 17 Lots for both this framework and the delivery of the works has a maximum value of £77,566,500 and this budget and works must be completed by the end of 2021. However, the GSEEH team, is currently seeking to secure further energy efficiency funding and as such is estimating a potential, total services and works value of £1,000,000,000 with the services element across the 17 Lots being estimated at a maximum of 8% of this budget.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £1,000,000,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

the initial framework period is 24 months with the option to extend this twice, each for a further 12 month period. A final call-off can be made that runs up to 2 years past the end of the overall framework duration.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Contractors appointed either directly or through the project DPS to deliver assessments and measures must be Trustmark registered etc. This project must be delivered to PAS2035:2019 standards.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

BEIS require PAS 2030:2019 and PAS 2035:2019 and Trustmark accreditation as part of the funding conditions

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 17

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

8 February 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

16 February 2021

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

English

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

Duration in months: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court

London

Country

United Kingdom