Opportunity

Insulation and Associated Works Framework

  • EFFICIENCY EAST MIDLANDS LIMITED

F02: Contract notice

Notice reference: 2021/S 000-028483

Published 15 November 2021, 3:09pm



Section one: Contracting authority

one.1) Name and addresses

EFFICIENCY EAST MIDLANDS LIMITED

Unit 3 Maisies Way

Alfreton

DE55 2DS

Contact

Amy Wheatley

Email

tenders@eem.org.uk

Telephone

+44 1246395610

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.eem.org.uk

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://xantive.supplierselect.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://xantive.supplierselect.com/

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

Insulation and Associated Works Framework

Reference number

EEM0046

two.1.2) Main CPV code

  • 45320000 - Insulation work

two.1.3) Type of contract

Works

two.1.4) Short description

Efficiency East Midlands Ltd (EEM) is a not for profit consortium which establishes and manages a range of framework and DPS agreements. Our membership has now grown to 245 public sector organisations including housing associations and ALMO's, Local Authorities, NHS trusts, Education Providers, Blue Light Services, Government Agencies and Charities.

EEM have also established a formal collaboration with 3 like-minded procurement consortia - Westworks, South East Consortium and Advantage South West. The membership list for these three consortia may be obtained from the following website addresses:

www.westworks.org.uk

www.southeastconsortium.org.uk

www.advantagesouthwest.co.uk

EEM wishes to procure and enter into framework agreements with multiple Contractors for the provision of Insulation works to include;

• External Wall Insulation, design, enabling and installation works.

• Exterior Render Systems .

• Exterior Wall Cladding Systems.

• External Wall Insulation Repair and Maintenance.

• Internal Wall Insulation design, enabling and installation works.

• Cavity Wall Insulation (Extraction Services, Virgin and Cavity Wall Insulation Re-fill).

• Retrofit Floor Insulation (solid or suspended).

• Loft Insulation (virgin and re-fill).

• Attic/Room in Roof Insulation.

• Retrofit Energy Efficiency measures to Park Homes.

• Works associated with Insulation Programmes including but not limited to windows and doors, roofing, guttering, builders and ancillary works.

The framework will be tendered and awarded based on the following lot structure:

Sublot 1 - Midlands

Sublot 2 - East of England

Sublot 3 - National Coverage

Contracting Authorities can use either a Direct Selection or Mini Competition to appoint a Contractor and only the Contractors who sit on the relevant geographical sublots the Contracting Authority is looking to use can participate in the selection process.

Further details and guidance on the lot structure for this framework can be located within Part A of the tender documentation.

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

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Insulation Framework Lot 1 - Midlands

Lot No

1

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work
  • 45261410 - Roof insulation work
  • 45262650 - Cladding works
  • 45262700 - Building alteration work
  • 45320000 - Insulation work
  • 45421100 - Installation of doors and windows and related components

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

Lot 1 is being created to support Members appoint experienced and competent Contractors to undertake Insulation programmes on behalf of EEM Members in the Midlands.

The framework will provide EEM Members with a route to procure the following works:

• External Wall Insulation, design, enabling and installation works.

• Exterior Render Systems.

• Exterior Wall Cladding Systems.

• External Wall Insulation Repair and Maintenance.

• Internal Wall Insulation design, enabling and installation works.

• Cavity Wall Insulation (Extraction Services, Virgin and Cavity Wall Insulation Re-fill).

• Retrofit Floor Insulation (Solid or Suspended).

• Loft Insulation (Virgin and Re-fill).

• Attic/Room in Roof Insulation .

• Retrofit Energy Efficiency measures to Park Homes.

• Works associated with Insulation Programmes including but not limited to windows and doors, roofing, guttering, builders and ancillary works.

Contractors must hold BBA accreditation and certification for insulation products. Installation of systems must be compliant with the manufacturer's instructions and latest PAS Standards.

Retrofit systems must be designed to achieve U-values which satisfy or exceed current UK Building Regulation requirements.

Compliance with both PAS 2030: 2019 and PAS 2035: 2019 is mandatory for all companies installing insulation via an appropriate body such as British Board of Agrément (BBA), The Insulation Assurance Authority (IAA) or equal approved body.

Contractors must be able to offer a Solid Wall Insulation Guarantee Agency (SWIGA) or an equivalent work guarantee scheme guarantee for Solid Wall Insulation works and a Cavity Insulation Guarantee Agency (CIGA) or an equivalent work guarantee scheme for Cavity Wall Insulation works.

Contractors must have received training and be an approved installer of the types of systems they are installing to guarantee a high standard of installation.

Membership to the following associations is recommended but not a mandatory requirement. Contractors who do not hold membership to the following will not be excluded from tendering for this framework.

• Retrofit Academy Centre of Excellence

• National Insulation Association (NIA)

• Insulated Cladding & Render Association (INCA)

The following services are not an exhaustive list of services covered by Lot 1:

• Access funding to enable the completion of the works on behalf of the Member.

• Complete all relevant assessments and funding paperwork.

• Carryout funding and grant related works to timescales associated with the funding and ensure all reported is completed in accordance with the funding and grant application requirements.

• Produce EPC On the back of pre design survey.

• Undertake site surveys as described below and identify per property issues associated with the installation.

• As required, undertake surveys and test to include but not limited to; full structural survey/assessment of the existing dwelling, viability surveys, pull out tests.

• Be responsible for the design and specification to suit various property types, supply, and installation of the system.

• Manage all aspects of the planning permission process where necessary.

• Notify local Building Control as required and obtain Building Regulation approval.

• Notify the Member of any necessary Party Wall Act applications.

• Provide copies of all of the above correspondence to the Member.

• Quality assurance and compliance testing of the completed system.

• Liaise with Residents on the work to be completed.

• Advise on all consents and applications needed for carrying out the works.

• Obtain the necessary guarantees (Ofgem approved 25 year guarantee).

• Liaise with service providers where necessary.

On completion of the works the Contractor will provide:

• All guarantee documentation.

• A statement indicating how much grant funding has been achieved.

• An updated EPC certificate for each property included within the contract.

two.2.5) Award criteria

Quality criterion - Name: Competence Assessment and Best Practise Requirements / Weighting: Pass/Fail

Quality criterion - Name: Quality Assessment / Weighting: 40%

Cost criterion - Name: EWI Property Scheme Rates / Weighting: 20%

Cost criterion - Name: EWI, Cavity and Loft Insulation Rates / Weighting: 15%

Cost criterion - Name: Scenario's / Weighting: 7.5%

Cost criterion - Name: Schedule of Rates / Weighting: 15%

Cost criterion - Name: Labour Rates / Weighting: 2.5%

two.2.6) Estimated value

Value excluding VAT: £375,000,000

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

Duration in months

48

This contract is subject to renewal

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

Insulation Framework Lot 2 - East of England

Lot No

2

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work
  • 45261410 - Roof insulation work
  • 45262650 - Cladding works
  • 45262700 - Building alteration work
  • 45320000 - Insulation work
  • 45421110 - Installation of door and window frames

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

Lot 2 is being created to support Members appoint experienced and competent Contractors to undertake Insulation programmes on behalf of EEM Members in the East of England.

The framework will provide EEM Members with a route to procure the following works:

• External Wall Insulation, design, enabling and installation works.

• Exterior Render Systems.

• Exterior Wall Cladding Systems.

• External Wall Insulation Repair and Maintenance.

• Internal Wall Insulation design, enabling and installation works

• Cavity Wall Insulation (Extraction Services, Virgin and Cavity Wall Insulation Re-fill).

• Retrofit Floor Insulation (Solid or Suspended).

• Loft Insulation (Virgin and Re-fill) .

• Attic/Room in Roof Insulation.

• Retrofit Energy Efficiency measures to Park Homes.

• Works associated with Insulation Programmes including but not limited to windows and doors, roofing, guttering, builders and ancillary works.

Contractors must hold BBA accreditation and certification for insulation products. Installation of systems must be compliant with the manufacturer's instructions and latest PAS Standards.

Retrofit systems must be designed to achieve U-values which satisfy or exceed current UK Building Regulation requirements.

Compliance with both PAS 2030: 2019 and PAS 2035: 2019 is mandatory for all companies installing insulation via an appropriate body such as British Board of Agrément (BBA), The Insulation Assurance Authority (IAA) or equal approved body.

Contractors must be able to offer a Solid Wall Insulation Guarantee Agency (SWIGA) or an equivalent work guarantee scheme guarantee for Solid Wall Insulation works and a Cavity Insulation Guarantee Agency (CIGA) or an equivalent work guarantee scheme for Cavity Wall Insulation works.

Contractors must have received training and be an approved installer of the types of systems they are installing to guarantee a high standard of installation.

Membership to the following associations is recommended but not a mandatory requirement. Contractors who do not hold membership to the following will not be excluded from tendering for this framework.

• Retrofit Academy Centre of Excellence

• National Insulation Association (NIA)

• Insulated Cladding & Render Association (INCA)

The following services are not an exhaustive list of services covered by Lot 2:

• Access funding to enable the completion of the works on behalf of the Member.

• Complete all relevant assessments and funding paperwork.

• Carryout funding and grant related works to timescales associated with the funding and ensure all reported is completed in accordance with the funding and grant application requirements.

• Produce EPC On the back of pre design survey.

• Undertake site surveys as described below and identify per property issues associated with the installation.

• As required, undertake surveys and test to include but not limited to; full structural survey/assessment of the existing dwelling, viability surveys, pull out tests.

• Be responsible for the design and specification to suit various property types, supply, and installation of the system.

• Manage all aspects of the planning permission process where necessary.

• Notify local Building Control as required and obtain Building Regulation approval.

• Notify the Member of any necessary Party Wall Act applications.

• Provide copies of all of the above correspondence to the Member.

• Quality assurance and compliance testing of the completed system.

• Liaise with Residents on the work to be completed.

• Advise on all consents and applications needed for carrying out the works.

• Obtain the necessary guarantees (Ofgem approved 25 year guarantee).

• Liaise with service providers where necessary.

On completion of the works the Contractor will provide:

• All guarantee documentation.

• A statement indicating how much grant funding has been achieved.

• An updated EPC certificate for each property included within the contract.

two.2.5) Award criteria

Quality criterion - Name: Competence Assessment and Best Practise Requirements / Weighting: Pass/Fail

Quality criterion - Name: Quality Assessment / Weighting: 40%

Cost criterion - Name: EWI Property Scheme Rates / Weighting: 20%

Cost criterion - Name: EWI, Cavity and Loft Insulation Rates / Weighting: 15%

Cost criterion - Name: Scenario's / Weighting: 7.5%

Cost criterion - Name: Schedule of Rates / Weighting: 15%

Cost criterion - Name: Labour Rates / Weighting: 2.5%

two.2.6) Estimated value

Value excluding VAT: £125,000,000

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

Duration in months

48

This contract is subject to renewal

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

Insulation Framework Lot 3 - National Coverage

Lot No

3

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work
  • 45261410 - Roof insulation work
  • 45262650 - Cladding works
  • 45262700 - Building alteration work
  • 45320000 - Insulation work
  • 45421100 - Installation of doors and windows and related components

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

Lot 3 is being created to support Members appoint experienced and competent Contractors to undertake Insulation programmes on behalf of EEM Members in the Midlands.

The framework will provide EEM Members with a route to procure the following works:

• External Wall Insulation, design, enabling and installation works.

• Exterior Render Systems.

• Exterior Wall Cladding Systems.

• External Wall Insulation Repair and Maintenance.

• Internal Wall Insulation design, enabling and installation works.

• Cavity Wall Insulation (Extraction Services, Virgin and Cavity Wall Insulation Re-fill).

• Retrofit Floor Insulation (Solid or Suspended).

• Loft Insulation (Virgin and Re-fill) .

• Attic/Room in Roof Insulation.

• Retrofit Energy Efficiency measures to Park Homes.

• Works associated with Insulation Programmes including but not limited to windows and doors, roofing, guttering, builders and ancillary works.

Contractors must hold BBA accreditation and certification for insulation products. Installation of systems must be compliant with the manufacturer's instructions and latest PAS Standards.

Retrofit systems must be designed to achieve U-values which satisfy or exceed current UK Building Regulation requirements.

Compliance with both PAS 2030: 2019 and PAS 2035: 2019 is mandatory for all companies installing insulation via an appropriate body such as British Board of Agrément (BBA), The Insulation Assurance Authority (IAA) or equal approved body.

Contractors must be able to offer a Solid Wall Insulation Guarantee Agency (SWIGA) or an equivalent work guarantee scheme guarantee for Solid Wall Insulation works and a Cavity Insulation Guarantee Agency (CIGA) or an equivalent work guarantee scheme for Cavity Wall Insulation works.

Contractors must have received training and be an approved installer of the types of systems they are installing to guarantee a high standard of installation.

Membership to the following associations is recommended but not a mandatory requirement. Contractors who do not hold membership to the following will not be excluded from tendering for this framework.

• Retrofit Academy Centre of Excellence

• National Insulation Association (NIA)

• Insulated Cladding & Render Association (INCA)

The following services are not an exhaustive list of services covered by Lot 3:

• Access funding to enable the completion of the works on behalf of the Member.

• Complete all relevant assessments and funding paperwork.

• Carryout funding and grant related works to timescales associated with the funding and ensure all reported is completed in accordance with the funding and grant application requirements.

• Produce EPC On the back of pre design survey.

• Undertake site surveys as described below and identify per property issues associated with the installation.

• As required, undertake surveys and test to include but not limited to; full structural survey/assessment of the existing dwelling, viability surveys, pull out tests.

• Be responsible for the design and specification to suit various property types, supply, and installation of the system.

• Manage all aspects of the planning permission process where necessary.

• Notify local Building Control as required and obtain Building Regulation approval.

• Notify the Member of any necessary Party Wall Act applications.

• Provide copies of all of the above correspondence to the Member.

• Quality assurance and compliance testing of the completed system.

• Liaise with Residents on the work to be completed.

• Advise on all consents and applications needed for carrying out the works.

• Obtain the necessary guarantees (Ofgem approved 25 year guarantee).

• Liaise with service providers where necessary.

On completion of the works the Contractor will provide:

• All guarantee documentation.

• A statement indicating how much grant funding has been achieved.

• An updated EPC certificate for each property included within the contract.

two.2.5) Award criteria

Quality criterion - Name: Competence Assessment and Best Practise Requirements / Weighting: Pass/Fail

Cost criterion - Name: EWI Property Scheme Rates / Weighting: 20%

Cost criterion - Name: EWI, Cavity and Loft Insulation Rates / Weighting: 15%

Cost criterion - Name: Scenario's / Weighting: 7.5%

Cost criterion - Name: Schedule of Rates / Weighting: 15%

Cost criterion - Name: Labour Rates / Weighting: 2.5%

two.2.6) Estimated value

Value excluding VAT: £450,000,000

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

Duration in months

48

This contract is subject to renewal

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

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: 24

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

19 January 2022

Local time

1:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

19 January 2022

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The call-off contracts to be awarded pursuant to the framework agreements to be entered at conclusion of the procurement exercise may extend for a duration of up to 5 years beyond expiry of the 4-year framework term.

Please note that the total potential framework value stated within this notice is in relation to the full 4-year framework and takes into consideration the lot structure, length of call off contracts and that the EEM membership may grow over the framework lifetime .

Where the contract notice states a maximum of suppliers to be appointed this is the maximum for the Framework. EEM intend on appointing up to 8 Contractors to each of the 3 framework lots and we reserve the right to appoint less than the numbers stated.

This framework is being procured by Efficiency East Midlands Ltd (EEM) on behalf of their members and the other organisations described below as being authorised users. The following contracting authorities will be entitled to agree and award contracts under this framework agreement as Authorised Users:

1) any Member of EEM which for the avoidance of doubt currently includes 3 partner

consortia - Westworks(www.westworks.org.uk), Advantage South West (www.advantagesouthwest.co.uk) and South East Consortium (www.southeastconsortium.org.uk). A full list of current members is available at www.eem.org.uk .

2) any future member of EEM or our partner consortia and in all cases being an organisation which has applied to join EEM or our partner consortia in accordance with the applicable constitutional documents;

3) An EEM participant being an organisation which is neither a current or EEM member (as defined at 1 above) nor a future member of EEM (as defined at 2 above).

Further details regarding the authorised users of this framework can be found in the ITT documents.

To respond to this tender or review the documentation, please follow the below listed steps.

1) Go to the portal https://xantive.supplierselect.com

2) If you need to register a new account follow the prompts to register your organisation for a Xantive account.

3) When you sign in select 'Public Projects' from the menu (top right). A list of all open tenders will be displayed.

4) Select 'EEM0046 Insulation Framework' from the list of projects and then 'Create Opportunity'. That will give you access to the basic information.

5) Click 'Accept Opportunity' to get more detail including all clarification logs. There is no obligation to submit a response.

6) If you do wish to submit a response, do so before the deadline by changing the status to submitted. You will only be allowed to submit if every mandatory question is answered. Please follow the portal support guide provided with the tender pack when submitting your bid.

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

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

The Cabinet Office

Correspondence Team, Cabinet Office, Whitehall

London

SW1A 2AS

Country

United Kingdom