Tender

Domestic Retrofit Supply Chain Market Intelligence & Skills Assessment

  • Greater South East Energy Hub

F02: Contract notice

Notice identifier: 2022/S 000-007196

Procurement identifier (OCID): ocds-h6vhtk-031f43

Published 16 March 2022, 2:28pm



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

Miss Chantel Allott

Email

chantel.allott@cambridgeshirepeterborough-ca.gov.uk

Telephone

+44 1480277180

Country

United Kingdom

NUTS code

UK - United Kingdom

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=37168c04-dd9e-ec11-8112-005056b64545

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=37168c04-dd9e-ec11-8112-005056b64545

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

Domestic Retrofit Supply Chain Market Intelligence & Skills Assessment

Reference number

DN601397

two.1.2) Main CPV code

  • 79400000 - Business and management consultancy and related services

two.1.3) Type of contract

Services

two.1.4) Short description

The Greater South East Energy Hub (GSEEH) with support from Cambridgeshire & Peterborough Combined Authority (CPCA), its accountable body, wishes to appoint appropriately qualified contractor(s) to undertake domestic energy efficiency sector assessments to help understand: the current state of the sector, where support is needed to help grow this sector across the greater South East from a local authority level to local enterprise partnership (LEP) level to a regional (Hub-wide) level. This evidence-based report will inform the GSEEH’s, and its stakeholders’, delivery, and associated growth opportunities by leading thinking for the retrofit sector.

This procurement will consist of 2 Lots, covering the greater southeast region

1. Domestic Energy Efficiency Supply Chain – Market Intelligence – Lot 1

2. Skills for Energy Efficiency – Lot 2

two.1.5) Estimated total value

Value excluding VAT: £100,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Lot No

0

two.2.2) Additional CPV code(s)

  • 79400000 - Business and management consultancy and related services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
  • UKJ - South East (England)

two.2.4) Description of the procurement

The Greater South East Energy Hub (GSEEH) with support from Cambridgeshire & Peterborough Combined Authority (CPCA), its accountable body, wishes to appoint appropriately qualified contractor(s) to undertake domestic energy efficiency sector assessments to help understand: the current state of the sector, where support is needed to help grow this sector across the greater South East from a local authority level to local enterprise partnership (LEP) level to a regional (Hub-wide) level. This evidence-based report will inform the GSEEH’s, and its stakeholders’, delivery, and associated growth opportunities by leading thinking for the retrofit sector.

This procurement will consist of 2 Lots, covering the greater southeast region

1. Domestic Energy Efficiency Supply Chain – Market Intelligence – Lot 1

2. Skills for Energy Efficiency – Lot 2

Contractors are invited to bid for either Lot or both Lots, depending on their relevant skills and experience. Given the interrelated subject matter of the two Lots, contractors should consider applying for both Lots. The overall objectives for this research project are to:

• Access the current capacity of the energy efficiency, low carbon heat and renewable energy sector against the level required for current and forecast delivery

• Assess the level of current skills provision for domestic retrofit against the level required for current and forecast future delivery.

• Assess the level of manufacturing capability, including availability of materials, and the impact to domestic retrofit delivery.

• Determine the key areas requiring intervention

• Build a 5-to-10-year legacy plan for strategy development

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: £100,000

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

The initial Contract will be for a period of 12 months and will include an option for the Contract to be extend by up to a further 12 months making a total, maximum duration of 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Authority is seeking to award a service Contract to a Contractor for both Lot 1 and Lot 2 or to separate contractors for Lot 1 and Lot 2 respectively.

Should Lots 1 and 2 be delivered by separate contractors, the Authority would encourage both parties to consult with each other during the project as subject areas are interrelated.

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.1.2) 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.2.3) 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.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-006314

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

Date

15 April 2022

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

15 April 2022

Local time

12:00pm


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

WC2A 2LL

Country

United Kingdom