Opportunity

Energy Efficiency and Carbon Reduction Services

  • West Yorkshire Combined Authority

F02: Contract notice

Notice reference: 2023/S 000-019349

Published 6 July 2023, 4:54pm



Section one: Contracting authority

one.1) Name and addresses

West Yorkshire Combined Authority

Wellington House, 40-50 Wellington Street

Leeds

LS1 2DE

Contact

Darren Wood

Email

darren.wood@westyorks-ca.gov.uk

Telephone

+44 1133481789

Country

United Kingdom

NUTS code

UKE4 - West Yorkshire

National registration number

8876556

Internet address(es)

Main address

https://www.westyorks-ca.gov.uk

Buyer's address

https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/103257

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=70431&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=70431&B=UK

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

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

Energy Efficiency and Carbon Reduction Services

Reference number

76363

two.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

West Yorkshire Combined Authority (WYCA) on behalf of the Districts and Partners wish to establish a multi supplier framework as a conduit to accelerate the delivery of Energy Efficiency and Carbon Reduction Schemes; utilising, but not limited to, government funding, fuel poverty funding, Energy Company Obligations (ECO) and any other funding opportunities deemed suitable by the Key Stakeholders. This Framework will operate within the Combined Authority Area for an initial two (2) year term with two (2) 12-month optional extensions to be applied annually up to a maximum of two (2) years (maximum contract term of 4 years).

two.1.5) Estimated total value

Value excluding VAT: £200,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 42100000 - Machinery for the production and use of mechanical power
  • 45300000 - Building installation work
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 50700000 - Repair and maintenance services of building installations
  • 71314300 - Energy-efficiency consultancy services
  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire

two.2.4) Description of the procurement

West Yorkshire Combined Authority (WYCA) on behalf of the Districts and Partners wish to establish a multi supplier framework as a conduit to accelerate the delivery of Energy Efficiency and Carbon Reduction Schemes; utilising, but not limited to, government funding, fuel poverty funding, Energy Company Obligations (ECO) and any other funding opportunities deemed suitable by the Key Stakeholders. The Framework will operate within the Combined Authority Area for an initial two (2) year term with two (2) 12-month optional extensions to be applied annually up to a maximum of two (2) years (maximum contract term of 4 years).

Call off opportunities expected through the Framework will include, but not limited to, the following examples: ECO Projects, Housing Retrofit Projects all tenures, Collective Buying Projects domestic and commercial, Innovation Projects, Renewable Energy Projects, Community Building Projects, Public Sector Buildings Projects, Minimum Energy Efficiency Standards (MEES), Enhanced Energy Savings Opportunity Scheme (ESOS).

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: £200,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The Framework will operate for an initial two (2) year term with two (2) 12-month optional extensions to be applied annually up to a maximum of two (2) years (maximum contract term of 4 years).

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: Yes

Identification of the project

Projects funded by European Union funds (for example: ERDF, ESIF) may be be required to

procure the services as specified and contracted as a consequence of this procurement in

support of the delivery of the respective project.

two.2.14) Additional information

Call-off methods: Call-offs may be made by direct award or further competition. Full details

of the call-off methods can be found in the published tender documents.


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

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 4

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 000-035741

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

Date

7 August 2023

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

four.2.7) Conditions for opening of tenders

Date

7 August 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contract opportunity is advertised on behalf of and will be available for use by the following - The Combined Authority is running this procurement process on its own behalf and other Contracting Authorities as follows: The Borough Council of Calderdale, The Council of the Borough of Kirklees, The Council of the City of Wakefield Metropolitan District, City of Bradford Metropolitan District Council, Leeds City Council, West Yorkshire Housing Partnership (WYHP) Members and Better Homes Hub (or its equivalent named scheme as developed by the Combined Authority).

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

West Yorkshire Combined Authority

Wellington House, 40-50 Wellington Street

Leeds

LS1 2DE

Email

darren.wood@westyorks-ca.gov.uk

Country

United Kingdom