Opportunity

Asset Decarbonisation and Retrofit Dynamic Purchasing System (E,W,NI)

  • Procurement for Housing

F02: Contract notice

Notice reference: 2022/S 000-020069

Published 23 July 2022, 4:23am



Section one: Contracting authority

one.1) Name and addresses

Procurement for Housing

2 Olympic Way, Woolston Grange Avenue, Birchwood,

Warrington

WA2 0YL

Contact

Judy Ashcroft

Email

JAshcroft@pfh.co.uk

Telephone

+44 1925282375

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://procurementforhousing.co.uk/

Buyer's address

https://in-tendhost.co.uk/procurementforhousing/aspx/Home

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://in-tendhost.co.uk/procurementforhousing

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

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Asset Decarbonisation and Retrofit Dynamic Purchasing System (E,W,NI)

Reference number

PFH/00000365

two.1.2) Main CPV code

  • 45300000 - Building installation work

two.1.3) Type of contract

Works

two.1.4) Short description

Procurement for Housing seeks to establish a Dynamic Purchasing System for Asset Decarbonisation and Retrofit Solutions, providing a singular solution for our membership to design, assess and deliver their net zero ambitions. The DPS includes provision for goods, works and services and is open to social housing providers and the wider public sector (https://procurementforhousing.co.uk/permissible-users/across) across England, Wales and Northern Ireland. The opportunity has been divided into nine categories as follows: 1 PAS Services 2 Net Zero Technical Consultancy3 Primary Measures - Fabric First4 Secondary Measures – Net Zero Technologies Installation and Maintenance5 Whole House Retrofit6 District Infrastructure and Systems Installation and Maintenance 7 Net Zero Materials Supply8 Net Zero Technology Solutions9 Retrofit Training AcademyOrganisations can apply apply to become qualified suppliers in one or more lots. Delivery models to be determined at ITT stage.

two.1.5) Estimated total value

Value excluding VAT: £950,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Any combination of Lots 1-9

two.2) Description

two.2.1) Title

PAS Services

Lot No

01

two.2.2) Additional CPV code(s)

  • 71314300 - Energy-efficiency consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71314000 - Energy and related services
  • 71315000 - Building services
  • 71310000 - Consultative engineering and construction services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71315300 - Building surveying services
  • 71315200 - Building consultancy services
  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

England, Wales and Northern Ireland

two.2.4) Description of the procurement

Provision of PAS accredited services for both domestic dwellings (PAS 2035:2019) and non-domestic buildings (PAS 2038:2021). Services will predominately be for of PAS 2035:2019, including one of the following retrofit roles: Advisor, Assessor, Coordinator, Designer and Evaluator. These services will cover industry standardised energy efficient assessment, measurement, and reporting/reflection.

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: £50,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period ofup to 5 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 awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage.

two.2) Description

two.2.1) Title

Net Zero Technical Consultancy

Lot No

02

two.2.2) Additional CPV code(s)

  • 71240000 - Architectural, engineering and planning services
  • 71314200 - Energy-management services
  • 71200000 - Architectural and related services
  • 71334000 - Mechanical and electrical engineering services
  • 71540000 - Construction management services
  • 71250000 - Architectural, engineering and surveying services
  • 71314300 - Energy-efficiency consultancy services
  • 71310000 - Consultative engineering and construction services
  • 71315210 - Building services consultancy services
  • 71324000 - Quantity surveying services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71500000 - Construction-related services
  • 71630000 - Technical inspection and testing services
  • 71320000 - Engineering design services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

England, Wales and Northern Ireland

two.2.4) Description of the procurement

Provision of services pertaining to the delivery of net zero solutions within domestic dwellings and non-domestic buildings in accordance with PAS 2035:2019 and PAS 2038:2021. To include technical services to support members to survey, assess, design, facilitate and evaluate the delivery of energy efficient measures (EEM) compliant with PAS 2035:2019/ PAS 2038:2021 and net zero ambitions. Appointments will include but not be limited to: Architects, Architectural Technologists, Chartered Building Services Engineers, Chartered Quantity Surveyors, Chartered Construction/Project Managers, Planning Consultants, Financial Management and Funding and Grant Consultancy Services. Applicants must be qualified to perform one of the professional services listed.

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: £50,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

t is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period ofup to 5 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 awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage.

two.2) Description

two.2.1) Title

Primary Measures - Fabric First

Lot No

03

two.2.2) Additional CPV code(s)

  • 45320000 - Insulation work
  • 45262650 - Cladding works
  • 45262700 - Building alteration work
  • 45421100 - Installation of doors and windows and related components
  • 45421143 - Installation work of blinds

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

England, Wales and Northern Ireland

two.2.4) Description of the procurement

Works delivery of primary fabric first measures to include but not be limited to Building Fabric Measures (BFM) energy efficiency measures. Works performed will include the design, installation, inspection, testing and/or handover and any subsequent maintenance works. All services delivered should be in accordance with PAS 2035:2019 standards and installed in accordance with PAS 2030:2019, as may be amended from time to time. Works undertaken may include PAS 2038:2021.

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: £150,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 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 awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage.

two.2) Description

two.2.1) Title

Secondary Measures - Net Zero Technologies Installation and Maintenance

Lot No

04

two.2.2) Additional CPV code(s)

  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45350000 - Mechanical installations
  • 98391000 - Decommissioning services
  • 50721000 - Commissioning of heating installations
  • 32424000 - Network infrastructure
  • 09323000 - District heating
  • 45331200 - Ventilation and air-conditioning installation work
  • 09332000 - Solar installation
  • 71321200 - Heating-system design services
  • 45331100 - Central-heating installation work
  • 45310000 - Electrical installation work
  • 50720000 - Repair and maintenance services of central heating
  • 45300000 - Building installation work
  • 45330000 - Plumbing and sanitary works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

England, Wales and Northern Ireland

two.2.4) Description of the procurement

Works delivery of secondary measures – Low Carbon and Net Zero Technologies, to include but not be limited to Building Services Mechanical (BSM), MCS Installation measure (MIS) energy efficiency measures. Works performed will include the design, installation, inspection, testing and/or handover and any subsequent maintenance works. All services delivered will be in accordance with PAS 2035:2019 standards and installed in accordance with PAS 2030:2019.Works undertaken within this DPS may also cover PAS 2038:2021 for non-domestic buildings.

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: £150,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 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 awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage.

two.2) Description

two.2.1) Title

Whole House Retrofit

Lot No

05

two.2.2) Additional CPV code(s)

  • 45300000 - Building installation work
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45350000 - Mechanical installations
  • 98391000 - Decommissioning services
  • 50721000 - Commissioning of heating installations
  • 32424000 - Network infrastructure
  • 09323000 - District heating
  • 45331200 - Ventilation and air-conditioning installation work
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 09332000 - Solar installation
  • 45262650 - Cladding works
  • 71321200 - Heating-system design services
  • 45331100 - Central-heating installation work
  • 45320000 - Insulation work
  • 45310000 - Electrical installation work
  • 45262700 - Building alteration work
  • 50720000 - Repair and maintenance services of central heating
  • 45331210 - Ventilation installation work
  • 45330000 - Plumbing and sanitary works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 45421100 - Installation of doors and windows and related components
  • 45421143 - Installation work of blinds

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

England, Wales and Northern Ireland

two.2.4) Description of the procurement

Works delivery of whole house retrofit to include but not be limited to; Building Fabric Measures (BFM), Building Services Mechanical (BSM), Building Services Electrical (BSE), MCS Installation Measure (MIS) – low carbon and net zero technologies and decommissioning of traditional systems. Works performed will include the design, installation, inspection, testing and/or handover and any subsequent maintenance works. All services delivered will be in accordance with PAS 2035:2019 standards and installed in accordance with PAS 2030:2019.Works undertaken within this DPS may also cover PAS 2038:2021 for non-domestic buildings.

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: £350,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 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 awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage.

two.2) Description

two.2.1) Title

District Infrastructure and Systems Installation and Maintenance

Lot No

06

two.2.2) Additional CPV code(s)

  • 45251250 - District-heating plant construction work
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 98391000 - Decommissioning services
  • 50721000 - Commissioning of heating installations
  • 09323000 - District heating
  • 45350000 - Mechanical installations
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45259300 - Heating-plant repair and maintenance work
  • 09332000 - Solar installation
  • 71323200 - Plant engineering design services
  • 65400000 - Other sources of energy supplies and distribution
  • 50000000 - Repair and maintenance services
  • 45317000 - Other electrical installation work
  • 45320000 - Insulation work
  • 45310000 - Electrical installation work
  • 45300000 - Building installation work
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 45232140 - District-heating mains construction work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

England, Wales and Northern Ireland

two.2.4) Description of the procurement

Delivery of district infrastructure and systems to include but not be limited to; Building Services Mechanical (BSM), Building Services Electrical (BSE), MCS Installation Measure (MIS) – low carbon and net zero technologies and decommissioning of traditional systems may be required. Works performed will include the design, installation, inspection, testing and/or handover and any subsequent maintenance works. All services delivered will be in accordance with PAS 2035:2019 standards and installed in accordance with PAS 2030:2019. Works undertaken within this DPS may also cover PAS 2038:2021 for non-domestic buildings.

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: £40,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 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 awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage.

two.2) Description

two.2.1) Title

Net Zero Materials Supply

Lot No

07

two.2.2) Additional CPV code(s)

  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 09331000 - Solar panels
  • 44212381 - Cladding
  • 42530000 - Parts of refrigerating and freezing equipment and heat pumps
  • 39721300 - Non-electric air heaters or hot air-distributors
  • 42515000 - District heating boiler
  • 44112500 - Roofing materials
  • 42131110 - Central-heating radiator valves
  • 24961000 - Radiator fluids
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 44112000 - Miscellaneous building structures
  • 09331200 - Solar photovoltaic modules
  • 44112600 - Sound insulation
  • 44621110 - Central-heating radiators
  • 09323000 - District heating
  • 31120000 - Generators
  • 45321000 - Thermal insulation work
  • 39721400 - Instantaneous or storage non-electric water heaters
  • 42511110 - Heat pumps
  • 44111000 - Building materials
  • 44622000 - Heat-recovery systems
  • 42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
  • 44221000 - Windows, doors and related items
  • 44621000 - Radiators and boilers
  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 42500000 - Cooling and ventilation equipment
  • 45261410 - Roof insulation work
  • 39715100 - Electric instantaneous or storage water heaters and immersion heaters
  • 44620000 - Central-heating radiators and boilers and parts
  • 39715200 - Heating equipment
  • 39721310 - Air heaters
  • 09110000 - Solid fuels
  • 31527300 - Domestic lights

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

England, Wales and Northern Ireland

two.2.4) Description of the procurement

The supply of low carbon and net zero products and associated services for whole house retrofit works, covering products for building fabric, services, electrical and low carbon and net zero products. Goods supplied can be sourced via merchants or directly from the manufacturer.

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: £75,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 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 awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage.

two.2) Description

two.2.1) Title

Net Zero Technology Solutions

Lot No

08

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 48311000 - Document management software package
  • 48170000 - Compliance software package
  • 72200000 - Software programming and consultancy services
  • 48312000 - Electronic publishing software package
  • 48517000 - IT software package
  • 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
  • 48100000 - Industry specific software package
  • 72212517 - IT software development services
  • 72212931 - Training software development services
  • 48200000 - Networking, Internet and intranet software package
  • 48420000 - Facilities management software package and software package suite
  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

England, Wales and Northern Ireland

two.2.4) Description of the procurement

The provision of net zero technology solutions including but not limited to: BIM modelling, pre and post measurements and reflection, data aggregation and insight systems, asset tagging solutions and energy performance assessment tools.

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: £55,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 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 awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage.

two.2) Description

two.2.1) Title

Retrofit Training Academy

Lot No

09

two.2.2) Additional CPV code(s)

  • 80540000 - Environmental training services
  • 80550000 - Safety training services
  • 80531000 - Industrial and technical training services
  • 80000000 - Education and training services
  • 80521000 - Training programme services
  • 79632000 - Personnel-training services
  • 80510000 - Specialist training services
  • 80522000 - Training seminars

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

England, Wales and Northern Ireland

two.2.4) Description of the procurement

The provision of net zero training provisions to service upskilling of members and suppliers, including but not limited to: PAS Services, installer training, professional services, software training, or other accredited energy efficiency training provision. Solutions can be both manufacturer led or delivered through approved schemes.

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: £30,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

It is intended that the DPS will run for an initial period of 5 years with the option to extend for a further period of up to 5 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 awarded via the DPS may include an element of European Union funds this will be confirmed at call-off stage.


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

Selection criteria as stated in the procurement documents

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

Date

23 August 2022

Local time

12:00pm

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

This Framework may be used by any contracting authority listed in or referred to in the FTS Notice. This includes: All current members of PfH at the time of the FTS notice for this procurement; Any registered provider of social housing (or Welsh registered social landlord ,or Scottish registered social registered social landlord) that becomes a member of PfH during the period of the DPS; Any public authority (as defined in the Freedom of Information Act 2000 for public authorities in England, Wales, Northern Ireland and UK-wide public authorities based in Scotland, or as defined in the Freedom of Information (Scotland) Act 2002 for Scottish public authorities) that becomes a member of PfH at any time during the period of the DPS; Any local authority (as defined in the Local Government Act 1972 for public authorities in England and Wales or as defined in the Local Government (Scotland) Act 1973 for Scottish local authorities or as defined in the Local Government Act (Northern Ireland) 1972 for local authorities in Northern Ireland) that becomes a member of PfH at any time during the period of the DPS; Any housing Arm's Length Management Organisation (ALMO) that becomes a member of PfH during the period of the Framework Agreement; Any wholly owned subsidiaries of any of the above Organisations; educational establishments and any other contracting authority listed on the following page of the PfH website : http://procurementforhousing.co.uk/permissible-users/ at the time of the FTS notice for this procurement.

six.4) Procedures for review

six.4.1) Review body

Procurement for Housing

2 Olympic Way, Woolston Grange Avenue

Birchwood, Warrington

WA2 0YL

Email

JAshcroft@pfh.co.uk

Country

United Kingdom

Internet address

https://procurementforhousing.co.uk/