Section one: Contracting authority
one.1) Name and addresses
Nottingham City Council
Loxley House, Station Street
Nottingham
NG2 3NG
Sarah.Lake@nottinghamcity.gov.uk
Country
United Kingdom
Region code
UKF - East Midlands (England)
Internet address(es)
Main address
http://www.nottinghamcity.gov.uk
Buyer's address
http://www.nottinghamcity.gov.uk
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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=e8b6fc08-e7d4-ef11-8133-005056b64545
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=e8b6fc08-e7d4-ef11-8133-005056b64545
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Energy Efficient Retrofit Installers (CPU 7720)
Reference number
DN759562
two.1.2) Main CPV code
- 45211000 - Construction work for multi-dwelling buildings and individual houses
two.1.3) Type of contract
Works
two.1.4) Short description
Nottingham City Council, as the accountable body for the Midlands Net Zero Hub, is inviting applications from suitably experienced and qualified entities to participate in a DPS covering the design, supply, and installation, of a number of categories of energy-efficient equipment and solutions to domestic premises.
This DPS is organised into 7 Categories covering the types of measures and installations required:
• Category 1: Solid Wall Insulation (external &/or internal)
• Category 2: Park Homes Insulation
• Category 3: Multiple Insulation Measures (combinations of CWI, SWI (Int or Ext), FI, RIR, LI, Ventilation, Glazing, Doors)
• Category 4: MCS measures and Integrated Systems (Solar PV, battery storage, heat pump (AHSP / GSHP etc), Solar Thermal, Ventilation)
• Category 5: Shared systems (communal heating, shared solar and ground heat loops)
• Category 6: Low-Cost Measures (Low energy lightbulbs, Hot water tank insulation jacket, Draughtproofing and Heating controls / Smart Heating Controls)
• Category 7: Whole House Retrofit Solutions (combinations of any measures)
In addition, call-offs may include associated works and services either where these are necessary to undertake the works that are central to the call-off (e.g. installing scaffolding for working at heights), or where it would be beneficial to the project to have additional works or services carried out by the same contractor and the associated works or services constitute a small part of the overall call-off.
Please note, this advert covers the entire estimated lifespan of the DPS. Applications submitted within the first 30 days will be assessed before any tender opportunities are published through the DPS. Applications received after the first 30 days will be assessed thereafter on an ongoing basis.
two.1.5) Estimated total value
Value excluding VAT: £900,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45262600 - Miscellaneous special-trade construction work
- 45262640 - Environmental improvement works
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
two.2.4) Description of the procurement
This DPS is being set up and managed by Nottingham City Council acting in its capacity as accountable body for the Midlands Net Zero Hub. It is being put in place to give participating authorities a quick, convenient, and compliant solution to appoint contractors to carry out a range of energy efficient retrofit installations. The list of participating authorities who may use the DPS are as follows:
Midlands Region Local Authorities:
Area 1 – WMCA (Black Country; Coventry and Warwickshire; Greater Birmingham and
Solihull)
Sandwell
Dudley
Wolverhampton
Walsall
Birmingham
Solihull
Coventry
Stratford-on-Avon
Warwick
Nuneaton and Bedworth
Rugby
North Warwickshire
Area 2 – D2N2
Nottingham
Derby
Amber Valley
Gedling
Bassetlaw
Erewash
Newark and Sherwood
Chesterfield South
Broxtowe
Ashfield
Rushcliffe
Derbyshire Dales
Mansfield
North East Derbyshire
High Peak
Derbyshire
Bolsover
Area 3 – Greater Lincolnshire
East Lindsey
South Kesteven
North East Lincolnshire
North Lincolnshire
West Lindsey
South Holland
North Kesteven
Lincoln
Boston
Rutland
Area 4 – Leicester & Leicestershire
Leicester
Charnwood
Hinckley and Bosworth
Harborough
Blaby
Melton
Oadby and Wigston
North West Leicestershire
Area 5 – Marches
Shropshire
Telford and Wrekin
Herefordshire, County of
Area 6 – Stoke-on-Trent & Staffordshire
Stoke-on-Trent
East Staffordshire
Stafford
Staffordshire Moorlands
Newcastle-under-Lyme
South Staffordshire
Lichfield
Cannock Chase
Tamworth
Area 7 – Worcestershire
Wychavon
Malvern Hills
Wyre Forest
Worcester
Bromsgrove
Redditch
Other Participating Authorities
Local Authorities:
Housing Associations:
Social housing providers registered with the Regulator of Social Housing: https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
Combined Authorities:
Local Enterprise Partnerships:
https://www.lepnetwork.net/about-leps/the-38-leps/
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: £900,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
22 February 2029
This contract is subject to renewal
No
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 are required to be registered with TrustMark for the appropriate trades for all
work they intend to carry out under each category of the DPS applied for.
Contractors must be certified for PAS 2030:2019, and operate in compliance with both PAS
2030:2035 and PAS 2035:2019
Contractors participating in categories involving microgeneration will need to be MCS
certified for the relevant technologies
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 setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 February 2029
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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
The High Court of England & Wales
Royal Courts of Justice, The Strand
City of Westminster
WC2A 2LL
Country
United Kingdom