Tender

GFP Decarbonisation Delivery Framework - Scotland

  • Abri Group Ltd

F02: Contract notice

Notice identifier: 2023/S 000-004000

Procurement identifier (OCID): ocds-h6vhtk-03a440

Published 9 February 2023, 11:37am



Section one: Contracting authority

one.1) Name and addresses

Abri Group Ltd

Collins House, Bishopstoke Road

Eastleigh

SO50 6AD

Contact

Sharon Hunt

Email

gfp@echelonconsultancy.co.uk

Telephone

+44 03003309434

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.abri.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30630

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://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=60021&B=ECHELON

Additional information can be obtained from another address:

Echelon Consultancy Limited

Echelon Consultancy Ltd

St. Albans

AL14TB

Contact

Sharon Hunt

Email

gfp@echelonconsultancy.co.uk

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

https://greenerfuturespartnership.co.uk

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=60021&B=ECHELON

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

GFP Decarbonisation Delivery Framework - Scotland

Reference number

ECH1205

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Greener Futures Partnerships (GFP) are procuring a National framework of suitably qualified constructors and consultants for the delivery of retrofit works and services in Scotland. As well as creating a route to market, GFP aspire to create a truly collaborative framework where all parties contribute and continually develop best practice in the field of decarbonisation. The Framework will be for a total of 7 years (4+3) to enable delivery of retrofit works in accordance with the current energy efficiency standard for social housing (EESSH2) and will be open to all Contracting Authorities in Scotland to access. GFP are procuring a separate Decarbonisation Delivery Framework for the delivery of retrofit works and services in England and Wales, which is the subject of a separate Contract Notice and procurement process conducted in accordance with the Public Contracts Regulations (2015). Abri will be the CA for the purposes of this procurement who enters into the Framework Agreement with successful Suppliers.

two.1.5) Estimated total value

Value excluding VAT: £231,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

Lot 1f - Construction Works (up to 5million GBP) - Scotland

Lot No

1

two.2.2) Additional CPV code(s)

  • 51000000 - Installation services (except software)
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 09331000 - Solar panels
  • 09332000 - Solar installation
  • 42511110 - Heat pumps
  • 44621110 - Central-heating radiators
  • 45232141 - Heating works
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45331100 - Central-heating installation work
  • 71321200 - Heating-system design services
  • 45311100 - Electrical wiring work
  • 42943210 - Immersion thermostats
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45331200 - Ventilation and air-conditioning installation work
  • 45331210 - Ventilation installation work
  • 44112600 - Sound insulation
  • 45261410 - Roof insulation work
  • 45321000 - Thermal insulation work
  • 45323000 - Sound insulation work
  • 45421100 - Installation of doors and windows and related components
  • 45421110 - Installation of door and window frames
  • 45421112 - Installation of window frames
  • 45421130 - Installation of doors and windows
  • 45421132 - Installation of windows
  • 42515000 - District heating boiler
  • 44621000 - Radiators and boilers
  • 44621200 - Boilers
  • 44621210 - Water boilers
  • 44621220 - Central-heating boilers
  • 45331110 - Boiler installation work
  • 45262100 - Scaffolding work

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Lot 1f will cover Decarbonisation Construction works up to 5million GBP in Scotland.

Work under this Lot 1f could include Solar PV and Battery, Heat Pumps, Electric Heaters, Heat and Hot Water Controller, Mechanical Extract, Solid Floor Insulation, Low Energy, Lighting, Internal Wall Insulation, Suspended Floor Insulation, Loft Insulation, Cavity Wall Insulation, Pitched Roof Insulation, Flat Roof Insulation, Windows, Front Doors, Hydrogen Boilers, Gas Boilers, Biomass, Combined Heating and Power and External Wall Insulation.

two.2.5) Award criteria

Quality criterion - Name: Quality - Method Statement Questions / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £140,000,000

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

Duration in months

84

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: Yes

Description of options

The framework includes an option to extend for a further 3 years beyond the initial 4 year term to allow delivery of the Scottish Government's decarbonisation agenda as detailed within the procurement documents.

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 2f - Construction Works (Over 2million GBP) - Scotland

Lot No

2

two.2.2) Additional CPV code(s)

  • 51000000 - Installation services (except software)
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 09331000 - Solar panels
  • 09332000 - Solar installation
  • 42511110 - Heat pumps
  • 44621110 - Central-heating radiators
  • 45232141 - Heating works
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45331100 - Central-heating installation work
  • 71321200 - Heating-system design services
  • 45311100 - Electrical wiring work
  • 42943210 - Immersion thermostats
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45331200 - Ventilation and air-conditioning installation work
  • 45331210 - Ventilation installation work
  • 44112600 - Sound insulation
  • 45261410 - Roof insulation work
  • 45321000 - Thermal insulation work
  • 45323000 - Sound insulation work
  • 45421100 - Installation of doors and windows and related components
  • 45421110 - Installation of door and window frames
  • 45421112 - Installation of window frames
  • 45421130 - Installation of doors and windows
  • 45421132 - Installation of windows
  • 42515000 - District heating boiler
  • 44621000 - Radiators and boilers
  • 44621200 - Boilers
  • 44621210 - Water boilers
  • 44621220 - Central-heating boilers
  • 45331110 - Boiler installation work
  • 45262100 - Scaffolding work

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Lot 2f will cover Decarbonisation Construction works over 2million GBP in Scotland.

Work under this lot could include Solar PV and Battery, Heat Pumps, Electric Heaters, Heat and Hot Water Controller, Mechanical Extract, Solid Floor Insulation, Low Energy, Lighting, Internal Wall Insulation, Suspended Floor Insulation, Loft Insulation, Cavity Wall Insulation, Pitched Roof Insulation, Flat Roof Insulation, Windows, Front Doors, Hydrogen Boilers, Gas Boilers, Biomass, Combined Heating and Power and External Wall Insulation.

two.2.5) Award criteria

Quality criterion - Name: Quality - Method Statement Questions / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £70,000,000

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

Duration in months

84

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: Yes

Description of options

The framework includes an option to extend for a further 3 years beyond the initial 4 year term to align with the Scottish Government's decarbonisation agenda as detailed in the procurement documents.

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 3f - Consultancy Work - Scotland

Lot No

3

two.2.2) Additional CPV code(s)

  • 71314300 - Energy-efficiency consultancy services
  • 71315200 - Building consultancy services
  • 71321400 - Ventilation consultancy services
  • 71321200 - Heating-system design services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Lot 3f will cover Decarbonisation Consultancy work in Scotland.

Work under this lot could include provision of Managed Services including Retrofit lead generation and management to deliver eligible Customer referrals, Programme management to deliver eligible installations, Retrofit Advice, Assessment and Coordination Pre-Works, Retrofit Coordination and Evaluation, Deliver air permeability test to a dwelling, Deliver damp survey to a dwelling, Deliver thermographic image survey to a dwelling, Deliver EPR, Air Tightness Test and could also include the provision of interim support in some roles including Retrofit Coordinator, Retrofit Advisor, Retrofit Assessor, Retrofit Designer, Retrofit Evaluator, Project Administrator

two.2.5) Award criteria

Quality criterion - Name: Quality - Method Statement Questions / Weighting: 60

Price - Weighting: 40

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

Duration in months

84

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: Yes

Description of options

The framework includes an option to extend for a further 3 years beyond the initial 4 year term to align with the Scottish Government's decarbonisation agenda as set out in the procurement documents.

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

For Lot 1f and Lot 2f to install measures for schemes, projects and programmes, the Framework Supplier and their installers must be working towards or accredited to PAS

2030:2019 for energy efficiency measures, meet the PAS 2035 standard and

registered or working towards registration with TrustMark (or Microgeneration

Certification Scheme (MCS) for renewables).

For Lot 3f the Framework Supplier and their staff must be working towards or accredited to the PAS 2035 standard.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Economic Standing.

For Lot 1f the minimum annual turnover is 1.25 million GBP for the last financial year

For Lot 2f the minimum annual turnover is 10 million GBP for the last financial year

For Lot 3f the minimum annual turnover is 250 thousand GBP for the last financial year

Bidders must demonstrate this as set out in the SPD (Sections 4B.1.1 to 4B.3)

It is a requirement of this framework that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded call off contract, the types of levels of insurance indicated below for each Lot.

Lot 1f

Employer's (Compulsory) Liability Insurance - 5 million GBP (4B.5.1b of SPD)

Public Liability Insurance - 5 million GBP (4B.5.2 of SPD)

Professional Indemnity Insurance - 5 million GBP (4B.5.1a of SPD)

Product Liability Insurance - 5 million GBP per claim/in the aggregate (4B.5.2 of SPD)

Cyber Insurance of 2 million GBP or Cyber Essentials Plus or ISO27001 (4B.5.2 of SPD)

Lot 2f

Employer's (Compulsory) Liability Insurance - 5 million GBP (4B.5.1b of SPD)

Public Liability Insurance - 5 million GBP (4B.5.2 of SPD)

Professional Indemnity Insurance - 5 million GBP (4B.5.1a of SPD)

Product Liability Insurance - 5 million GBP per claim/in the aggregate (4B.5.2 of SPD)

Cyber Insurance of 2 million GBP or Cyber Essentials Plus or ISO27001 (4B.5.2 of SPD)

Lot 3f

Employer's (Compulsory) Liability Insurance - 5 million GBP (4B.5.1b of SPD)

Public Liability Insurance - 5 million GBP (4B.5.2 of SPD)

Professional Indemnity Insurance - 5 million GBP (4B.5.1a of SPD)

Cyber Insurance of 2 million GBP or Cyber Essentials Plus or ISO27001 (4B.5.2 of SPD)

three.1.3) Technical and professional ability

List and brief description of selection criteria

SPD Section 4C.1

Please use the relevant box at Section 4C.1 to provide details of up to two contracts, in any combination from either the public or private sector; voluntary, charity or social enterprise (VCSE) that are relevant to our requirement. VCSEs may include samples of grant-funded work.

For Lots 1f and 2f - Works contracts may be from the past five years.

For Lot 3f - Contracts for suppliers or services should have been performed during the past three years.

For all case studies please use Arial font size 12 and each case study to be a maximum of 500 words.

Minimum level(s) of standards possibly required

Bidders must response to SPD questions 4D.1 and 4D.2 - details of the requirements can be found within the procurement documents freely available on the PCS portal for this procurement.

This document is entitled 'SPD Question 4D.1 and 4D.2'

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in the procurement documents

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

Open 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: 24

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

The framework includes an option to extend for a further 3 years beyond the initial 4 year term to support the Scottish Government's agenda as set out in the current Energy Efficiency Standard for Social Housing (EESSH2).

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

16 March 2023

Local time

12:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

16 March 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Contracting Authority considers that this contract may be suitable for economic operators that are Small or Medium Enterprises.

There is an intentionally large overlap between the band values for Lot 1f and Lot 2f. Where works to be carried out under the call off contract are estimated to have a value that falls in the overlap value between Lots 1f and 2f, the GFP member/Authorised User awarding the contract shall, at its complete discretion, be entitled to:

(i) award the contract by direct selection under the Framework Lot of it's choosing, in accordance with the provisions of the Framework

(ii) award the contract via a mini-competition under the Framework Lot of its choosing; or

(iii) award the contract via a mini-competition between all of the Framework suppliers appointed to the Framework Lots in question that are capable of carrying out the particular contract.

Where there is insufficient interest for a particular Call Off Contract under Lots 1f or 2f, the GFP Members/Authorised User may seek expressions of interest from the Framework Suppliers appointed to the corresponding regional Framework Lot. E.g., if the GFP Member/Authorised User wishes to award a contract under Lot 1f but considers there is insufficient interest for the contract from the suppliers appointed to that Lot it may seek expressions of interest from the suppliers appointed to Lot 2f. Whether there is "insufficient interest" for a contract will be determined by the GFP Member/Authorised User making the award, having regard to the requirements of it's own financial regulations and standing orders, and any other relevant matters.

The framework is to operate across the whole of Scotland and will be open to the following organisations to access via an Access Agreement between the supplier, Abri and Pretium Frameworks Ltd, who GFP has appointed to administer the framework on its behalf.

In addition to the GFP members, the following "Authorised Users" will be entitled to use this framework:

(i) any entity within the same group of companies as a GFP Member from time to time;

(ii) any Registered Social Landlord in Scotland from time to time, (including local authorities and Arm’s Length Management Organisations) A list of the current Registered Social Landlords in Scotland: https://www.housingregulator.gov.scot/register-of-social-landlords

(iii) any other “contracting authority” in Scotland as defined in the Public Contracts (Scotland) Regulations 2015; and

(iv) any supply chain member of a GFP member or of any of the above organisations.

Note that the estimated values given in this Notice are estimates only. Actual values may vary depending on how many organisations decide to access and call off contracts under the Framework.

The Contracting Authority reserves the right to cancel the procurement and not to proceed with all or any part of the Framework Agreement. The Contracting Authority will not, under any circumstances, reimburse any expense incurred by suppliers in participating in this procurement exercise or in preparing their tender submissions.

With reference to Lot 1f and Lot 2f, Bidders can only bid for Lot 1 or Lot 2, but not both.

This is further explained in the procurement documents, specifically the Lot Bidding Form section 1.1

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=722024.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

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

Please refer to the procurement documents

(SC Ref:722024)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court of The Court of Session

Sheriff Clerk's Office, PO Box 23, 1 Carlton Place,

Glasgow

G5 9DA

Email

Glasgow@scotcourts.gov.uk

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Sheriff Court of The Court of Session

Sheriff Clerk's Office, PO Box 23, 1 Carlton Place,

Glasgow

G5 9DA

Email

Glasgow@scotcourts.gov.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will observe a 10-day stand still period at the point of information on the award of the framework is communicated to tenderers. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts (Scotland) Regulations 2015 provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rule to take action in the Sheriff Court or Court of Session.

six.4.4) Service from which information about the review procedure may be obtained

Sheriff Court of The Court of Session

Sheriff Clerk's Office, PO Box 23, 1 Carlton Place,

Glasgow

G5 9DA

Email

Glasgow@scotcourts.gov.uk

Country

United Kingdom