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
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