Tender

Energy Performance of Buildings (EPoP) Accreditation Schemes Audit

  • Department for Levelling Up, Housing and Communities

F02: Contract notice

Notice identifier: 2024/S 000-015209

Procurement identifier (OCID): ocds-h6vhtk-04594d

Published 13 May 2024, 5:49pm



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

Email

SGB-Proc@levellingup.gov.uk

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.