Opportunity

Energy Efficient Retrofit Installers Dynamic Purchasing System

  • Nottingham City Council

F02: Contract notice

Notice reference: 2021/S 000-004983

Published 11 March 2021, 5:16pm



Section one: Contracting authority

one.1) Name and addresses

Nottingham City Council

Loxley House, Station Street

Nottingham

NG2 3NG

Contact

Mr Jonathan Whitmarsh

Email

jonathan.whitmarsh@nottinghamcity.gov.uk

Country

United Kingdom

NUTS code

UKF - EAST MIDLANDS (ENGLAND)

Internet address(es)

Main 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?advertId=311cc179-6682-eb11-810b-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=311cc179-6682-eb11-810b-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 Dynamic Purchasing System

Reference number

CPU4591

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, acting in its capacity as the accountable body for the Midlands Energy Hub, is inviting applications from suitably experienced and qualified entities to participate in a Dynamic Purchasing System 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 19 Categories covering the types of measures and installations required:

• Category 1: Floor Insulation

• Category 2: Cavity Wall Insulation

• Category 3: Solid Wall Insulation (external &/or internal)

• Category 4: Room in Roof Insulation

• Category 5: Loft Insulation

• Category 6: Park Home Insulation

• Category 7: Multiple Insulation Measures (combinations of CWI, SWI, FI, RIR and LI)

• Category 8: Solar PV

• Category 9: Solar Thermal

• Category 10: Air Source Heat Pump

• Category 11: Ground Source Heat Pump

• Category 12: Double/Triple Glazing

• Category 13: Energy Efficient Doors

• Category 14: CHP

• Category 15: High Heat Retention Storage Heaters

• Category 16: Smart Heating Controls

• Category 17: Mechanical Ventilation & Heat Recovery

• Category 18: Integrated Systems (Solar PV, battery storage and heat pump)

• Category 19: Whole House Retrofit Solutions (combinations of any measures)

In addition, call-offs may include associated works 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 carried out by the same contractor and the associated works constitute a small part of the overall call-off.

two.1.5) Estimated total value

Value excluding VAT: £500,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45211100 - Construction work for houses
  • 45262640 - Environmental improvement works
  • 45262650 - Cladding 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 Energy 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 masy 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:

https://assets.publishing.service.gov.uk/government/uploads/system/uploads/attachment_data/file/791684/List_of_councils_in_England_2019.pdf

Social housing providers registered with the Regulator of Social Housing:

https://www.gov.uk/government/publications/current-registered-providers-of-social-housing

Combined Authorities:

https://www.local.gov.uk/topics/devolution/devolution-online-hub/devolution-explained/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: £500,000,000

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

End date

15 April 2025

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: Yes

Identification of the project

Contracts called off using the DPS may be for projects financed by European Union funds.


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 2030:2019 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

13 April 2021

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