- Scope of the procurement
- LOT 1 - Building Materials Fabric (BMF)
- LOT 2 - Building Materials Electrical (BME) - Services and Renewables
- LOT 3 - Building Materials Mechanical (BMM) - [Heating and Renewables]
- LOT 4 - Building Materials Mechanical (BMM) - Ventilation and Heat Recovery
- LOT 5 - Building Materials - One-Stop-Shop Solution
Section one: Contracting authority
one.1) Name and addresses
Communities and Housing Investment Consortium Limited ("CHIC")
84 Spencer Street
Birmingham
B18 6DS
Contact
S J Domican
Telephone
+44 1217599990
Country
United Kingdom
NUTS code
UKG31 - Birmingham
National registration number
United Kingdom
Internet address(es)
Main address
Buyer's address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.delta-esourcing.com/tenders/UK-title/RS5JA7XQH7
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
CHIC Optimised Retrofit Materials DPS 2022
Reference number
666191747
two.1.2) Main CPV code
- 44100000 - Construction materials and associated items
two.1.3) Type of contract
Supplies
two.1.4) Short description
Communities & Housing Investment Consortium (CHIC), is seeking to develop a Dynamic Purchasing System (DPS) of Bidders for the provision of construction materials supply and distribution pertaining to Domestic Energy Efficiency Retrofit and Building Safety Installation Services, who are able to work in partnership with CHIC and its members across the UK. The Optimised Retrofit project will see homes across the UK made more energy-efficient and safe. The process will develop a solution in the provision of materials supply that does not presently exist in the market and provide an effective route to market for supporting pipeline projects from Housing Providers and develop a robust materials supply chain to deliver net zero energy (NZE) and Building Safety solutions.
two.1.5) Estimated total value
Value excluding VAT: £6,000,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
LOT 1 - Building Materials Fabric (BMF)
Lot No
1
two.2.2) Additional CPV code(s)
- 44110000 - Construction materials
- 44111000 - Building materials
- 44112500 - Roofing materials
- 44200000 - Structural products
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 44100000 - Construction materials and associated items
- 44140000 - Products related to construction materials
- 44190000 - Miscellaneous construction materials
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Building Construction Fabric (BCF) Goods & Materials Distribution - this Lot will include suppliers who can provide participating authorities with supply and distribution services for a range of goods and materials to improve the thermal properties of the building fabric through the use of high levels of thermal insulation and airtightness, upgrading the performance of the fabric of existing properties including but not limited to walls, floors and roof insulation, windows and doors, draught proofing render systems, green paints, green roofs, floor coverings grey water harvesting, drainage and materials and for passive fire precautions e.g. fire boards, intumescent and insulants, cladding, fire doors and all associated supplementary materials. Providers may also provide consultancy in the calculation, or avoidance, of thermal bridging, air leakage and fire integrity and insulation and for the import, manufacture or supply of components and materials associated with advanced retrofit and building safety.
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
96
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
two.2) Description
two.2.1) Title
LOT 2 - Building Materials Electrical (BME) - Services and Renewables
Lot No
2
two.2.2) Additional CPV code(s)
- 31600000 - Electrical equipment and apparatus
- 31681410 - Electrical materials
- 44111000 - Building materials
- 38431200 - Smoke-detection apparatus
- 31625200 - Fire-alarm systems
- 79711000 - Alarm-monitoring services
- 09331000 - Solar panels
- 09331100 - Solar collectors for heat production
- 09331200 - Solar photovoltaic modules
- 31158100 - Battery chargers
- 31518200 - Emergency lighting equipment
- 31527260 - Lighting systems
- 31625100 - Fire-detection systems
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Building Materials Electrical (BME) Services and Renewables – this Lot will include suppliers who can provide participating authorities with supply and distribution services for a range of goods and materials in respect of electrical/power and/or renewable technologies and active building management systems (BMS) that manage and control the electrical services and building safety, including but not limited to fire detection, alert and containment in respect of active fire measures. Materials supply may therefore include energy efficient internal and external fixed lighting systems, solar lighting fittings with appropriate controls; appliances and equipment to reduce electricity use and minimize internal heat gains, extractor fans, consumer units, energy management systems, smart controls, Intelligent Energy Systems (IES); electric power systems, fault detection systems that use low or zero carbon (LZC) technologies, solar thermal, solar voltaic, batteries, EV charging as well as smoke detectors, fire alarms and fire suppression and sprinkler systems and all associated supplementary materials. Service Providers may also be technology specific or offer a range of electrical/power and renewable materials and technologies. This lot includes complementary technologies that optimise and enhance the benefits of the solution.
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
96
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
two.2) Description
two.2.1) Title
LOT 3 - Building Materials Mechanical (BMM) - [Heating and Renewables]
Lot No
3
two.2.2) Additional CPV code(s)
- 44111000 - Building materials
- 39715000 - Water heaters and heating for buildings; plumbing equipment
- 39715200 - Heating equipment
- 39715210 - Central-heating equipment
- 44115200 - Plumbing and heating materials
- 44115220 - Heating materials
- 44620000 - Central-heating radiators and boilers and parts
- 42122000 - Pumps
- 42511110 - Heat pumps
- 44622000 - Heat-recovery systems
- 44622100 - Heat-recovery equipment
- 35111500 - Fire suppression system
- 44115500 - Sprinkler systems
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Building Materials Mechanical [Heating and Renewables] - this Lot will include suppliers who can provide participating authorities with supply and distribution services for a range of goods and materials in respect of heating and/or renewable technologies and active building management systems (BMS) that manage and control heating services and building safety, including but not limited to Air Source Heat Pumps, Ground Source Heat Pumps, Air Conditioning components and controls, Plumbing and Hot Water Systems, Pipework, Ductwork and Cylinders, Thermal Storage , Pipe Insulation, Water Treatments, Flues, Sanitary Ware, Boilers, Hydrogen Ready Boilers, Combi, Water Efficient WCs, Showers, Bath and Taps, Waste, Traps, Pan Connectors, Soil & Overflow Piping, Rainwater Goods, Sink Tops, Commercial & Domestic Boilers, Radiators, Space Heaters, Smart Heating Controls, Filters, Underfloor Heating, Thermostatic Mixing Valves, Room Thermostats, Energy Management Systems Filling Loops, Boiler Spares, Fire Parts, Fire Suppression and Sprinkler Systems, Appliance Spares, Rainwater Harvesting, Rainwater Goods. Suppliers may be technology specific or offer a range of heating and renewable technologies. Materials may therefore also include upgrades for building safety requirements in respect of fire and structural risk which may become relevant. A range of complementary measures can be employed to increase the efficiency of various systems available through the relevant lots of this DPS.
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
96
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
two.2) Description
two.2.1) Title
LOT 4 - Building Materials Mechanical (BMM) - Ventilation and Heat Recovery
Lot No
4
two.2.2) Additional CPV code(s)
- 44111000 - Building materials
- 44115200 - Plumbing and heating materials
- 39563530 - Ventilation ducting
- 42500000 - Cooling and ventilation equipment
- 42520000 - Ventilation equipment
- 42521000 - Smoke-extraction equipment
- 39714110 - Extraction ventilators
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Building Materials Mechanical [Ventilation and Heat Recovery] – this Lot will include suppliers who can provide participating authorities with supply and distribution services for a range of ventilation material supply and/or renewable technologies and building management systems (BMS) that control the mechanical ventilation services and safety of buildings. Material supply will support upgrade ventilation to ensure good internal air quality and minimize the risk of condensation and fire/smoke spread and include but not limited to Ventilation and Heat Recovery, Extract Ventilation, Passive Heat Recovery, Whole House Ventilation Systems, Fire Dampers, Fire Collars, Fire Compartmentation, Automatic Opening Vents (AOVs), Smoke Extraction Systems. Suppliers may also be technology specific or offer a range of ventilation materials and renewable technologies. This lot includes complementary technologies that optimise and enhance the benefits of the solution.
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
96
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
two.2) Description
two.2.1) Title
LOT 5 - Building Materials - One-Stop-Shop Solution
Lot No
5
two.2.2) Additional CPV code(s)
- 44100000 - Construction materials and associated items
- 44110000 - Construction materials
- 44111000 - Building materials
- 44112500 - Roofing materials
- 44115200 - Plumbing and heating materials
- 31681410 - Electrical materials
- 42500000 - Cooling and ventilation equipment
- 31625100 - Fire-detection systems
- 31625200 - Fire-alarm systems
- 35111500 - Fire suppression system
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
One Stop Shop (materials partnering solution) - this Lot will include suppliers who can provide a holistic material solution for participating authorities which may include consultancy services through the provision of advice, assessment, design, and co-ordination for a variety of low/zero carbon material and/or technology and building safety solutions. This will enable organisations to reduce carbon emissions and address building safety requirements via a one-stop-shop solution for material supply, installation and/or commissioning of the Energy Efficient Measures (EEMs). Contracts awarded under this DPS Lot may include all or a mix of the services highlighted above in the other lots to include an ‘end to end’ service from initial consultancy services through to material supply, installation and commissioning.
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: £2,000,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
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.1.2) 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
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
Originally published as:
Date
26 April 2022
Local time
3:00pm
Changed to:
Date
27 October 2028
Local time
11:00pm
See the change notice.
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.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for Service Providers that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/RS5JA7XQH7
GO Reference: GO-2022324-PRO-19850495
six.4) Procedures for review
six.4.1) Review body
The High Court, Royal Courts of Justice
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom
Internet address
https://theroyalcourtsofjustice.com/
six.4.2) Body responsible for mediation procedures
Communities and Housing Investment Consortium Limited ("CHIC")
84 Spencer Street
Birmingham
B18 6DS
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
If a supplier has failed the exclusion stage, it can reapply if the mandatory or discretionary exclusionary periods had ended, or if the supplier has self-cleansed. If the supplier does not meet the DPS selection criteria, it can reapply if its circumstances changed, for example if it had newly available skills, experience, or if something else which would change its answers to the selection criteria had occurred.
six.4.4) Service from which information about the review procedure may be obtained
Communities and Housing Investment Consortium Limited ("CHIC")
84 Spencer Street
Birmingham
B18 6DS
Country
United Kingdom