Section one: Contracting authority
one.1) Name and addresses
Department for Levelling Up, Housing and Communities
Fry Building
2 Marsham Street, London
SW1P 4DF
Contact
SGB-Procurement
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-levelling-up-housing-and-communities
Buyer's address
https://www.gov.uk/government/organisations/department-for-levelling-up-housing-and-communities
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://atamis-5407.lightning.force.com/lightning/page/home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://atamis-5407.lightning.force.com/lightning/page/home
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Energy Performance of Buildings (EPoP) Accreditation Schemes Audit
two.1.2) Main CPV code
- 79212000 - Auditing services
two.1.3) Type of contract
Services
two.1.4) Short description
This project relates to a requirement for assurance services in relation to the energy assessor industry’s compliance to the required standards. DLUHC expects this assurance service to be provided, in part, by regular independent audits.
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79212300 - Statutory audit services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
London
two.2.4) Description of the procurement
This project relates to the Department for Levelling Up, Housing and Communities (the Department) expected requirement for assurance services in relation to the energy assessor industry’s compliance to the required standards. The Department expects this assurance service to be provided, in part, by regular independent audits of all aspects of Accreditation Scheme (Schemes) operations.
The purpose of Schemes is to ensure that energy assessments carried out by their members and their recommendations are cost-effective and of high-quality, accurate and consistent. Schemes are therefore, regularly audited by independent auditors to ensure that they comply with Scheme Operating Requirements (SORs) and the Secretary of State’s letter of Approval. The SORs sets out the minimum operating standards for Schemes. There are currently six approved Schemes operating different strands of the EPBRs. All Schemes are required to comply with the SORs, which includes minimum operating standards in relation to quality assurance, the audit approach that must be adopted and the profomas used for reporting outcomes to DLUHC, covering Domestic Energy Assessor (DEAs); Non-Domestic Energy Assessor (NDEAs) level 3 and level 4; NDEA level 5; On Construction Domestic Energy Assessor (OCDEAs); Display Energy Certificates (DECs) and Air Conditioning Inspection Report (ACIRs).
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: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As set out in the Invitation to Tender
three.1.2) Economic and financial standing
List and brief description of selection criteria
As set out in the Invitation to Tender
Minimum level(s) of standards possibly required
As set out in the Invitation to Tender
three.1.3) Technical and professional ability
List and brief description of selection criteria
As set out in the Invitation to Tender.
Minimum level(s) of standards possibly required
As set out in the Invitation to Tender.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As set out in the Invitation to Tender
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.2.2) Time limit for receipt of tenders or requests to participate
Date
11 June 2024
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 June 2024
Local time
12:00pm
Place
As set out in the Invitation to Tender
Information about authorised persons and opening procedure
As set out in the Invitation to Tender
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
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
DLUHC will incorporate a minimum 10 day calendar standstill period at the point of information on the award of the contract is communicated to Tenderers. Tenderers who are unsuccessful shall be informed by DLUHC as soon as possible after the decision has been made as to the reasons why the Tenderer was unsuccessful.
If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has been entered into, the Court may order the setting aside of the award decision or the order for any document to be amended. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to review the award decision before the contract is entered into.