Tender

Dynamic Purchasing System for Retrofit Programme Delivery Services

  • PROCURE PLUS HOLDINGS LIMITED

F02: Contract notice

Notice identifier: 2021/S 000-012219

Procurement identifier (OCID): ocds-h6vhtk-02b72d

Published 1 June 2021, 4:59pm



The closing date and time has been changed to:

23 February 2029, 5:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

PROCURE PLUS HOLDINGS LIMITED

The Lancastrian Office Centre,Talbot Road

MANCHESTER

M320FP

Email

dps@procure-plus.com

Telephone

+44 1618743149

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

http://www.procure-plus.com/

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://tendermanagement.launchcontrol-systems.com/register/index/314336982e

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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

Dynamic Purchasing System for Retrofit Programme Delivery Services

two.1.2) Main CPV code

  • 45300000 - Building installation work

two.1.3) Type of contract

Works

two.1.4) Short description

Procure Plus Ltd (PP) is a social housing regeneration consortium. PP specialises in the procurement of goods, works and services for the construction and maintenance of social housing properties.

Procure Plus is working with Local Energy Hub North West in establishing a dynamic purchasing system (DPS) for domestic retrofit programme delivery. The DPS is for contracting authorities and public sector organisations to contract retrofit advice, assessment and installation of measures for low-income households. A number of call-offs under the DPS will be financed via Green Home Grant LAD Phase 2 Funding.

two.1.5) Estimated total value

Value excluding VAT: £207,500,000

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

Retrofit lead management and referral and advisory services

Lot No

1

two.2.2) Additional CPV code(s)

  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services
  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot is for service providers to manage, advise, check eligibility for funding and then refer householders onto third parties for delivery of domestic retrofit services. Applicants should refer to the procurement documents for the DPS for further details about the scope of services covered by this Lot.

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: £2,500,000

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

Duration in months

60

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) Description

two.2.1) Title

Retrofit Managing Agents (RMA) - Turnkey programme delivery

Lot No

2

two.2.2) Additional CPV code(s)

  • 09332000 - Solar installation
  • 39715210 - Central-heating equipment
  • 42511110 - Heat pumps
  • 45261410 - Roof insulation work
  • 45320000 - Insulation work
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45421130 - Installation of doors and windows
  • 71321200 - Heating-system design services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot is for management agents to undertake a turnkey retrofit programme ranging from programme development, promotion, assessment and delivery. Applicants should refer to the procurement documents for the DPS for further details about the scope of works and services covered by this Lot.

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: £100,000,000

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

Duration in months

60

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) Description

two.2.1) Title

Retrofit Managing Agents (RMA) - Installation delivery

Lot No

3

two.2.2) Additional CPV code(s)

  • 09332000 - Solar installation
  • 39715210 - Central-heating equipment
  • 42511110 - Heat pumps
  • 45261410 - Roof insulation work
  • 45320000 - Insulation work
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45421130 - Installation of doors and windows
  • 71321200 - Heating-system design services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Lot requires the managing agent to provide a turnkey retrofit installation service. This includes the end to end management and delivery of multi-measure retrofit installation works. Applicants should refer to the procurement documents for the DPS for further details about the scope of works and services covered by this Lot.

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: £100,000,000

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

Duration in months

60

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) Description

two.2.1) Title

Retrofit Assessment and surveying, PAS2035 compliance and retrofit project management services

Lot No

4

two.2.2) Additional CPV code(s)

  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services
  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot is for service providers to provide a range of services related to retrofit programme development, assessment, coordination and project management including PAS2035 roles. Applicants should refer to the procurement documents for the DPS for further details about the scope of services covered by this Lot.

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: £5,000,000

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

Duration in months

60

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


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

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

31 May 2026

Local time

5:00pm

Changed to:

Date

23 February 2029

Local time

5:00pm

See the change notice.

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


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Individual contracting authorities and organisations entitled to access the DPS will have the option to agree and award contracts to the appointed service providers at any point during the term of the DPS. Such contracting authorities and organisations are as follows:

1. Any customer of Procure Plus from time to time, which may include: any social housing provider in the United Kingdom from time to time. 'Social Housing Provider' for this purpose means any provider of social housing and includes, without limitation, registered providers, local authorities, and arm's length management organisations (ALMOs). A list of current social housing providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-ofsocial-housing. A full list of Procure Plus's current customers is included within the procurement documentation.

2. Any local authority, any combined authority or associated body, and any local enterprise partnership within the North West of England. A full list of the relevant North West authorities and associated bodies are included within the procurement documentation.

Contracts under the DPS may be completed using funding received via the European Union.

Procure Plus reserves the right to cancel the procurement at any time and not to proceed with all or part of the DPS.

Procure Plus will not, under any circumstances, reimburse any expense incurred by applicants in preparing their tender submissions or in participating in this procurement process.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Cabinet Office

30 Whitehall

London

SW1A 2AS

Country

United Kingdom