Section one: Contracting authority
one.1) Name and addresses
Liverpool City Council
4th Floor, Cunard Building
Liverpool
L3 1DS
Contact
Ms Louise Wood
Telephone
+44 1513511977
Country
United Kingdom
Region code
UKD7 - Merseyside
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com
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 Framework
Reference number
DN677273
two.1.2) Main CPV code
- 45331000 - Heating, ventilation and air-conditioning installation work
two.1.3) Type of contract
Works
two.1.4) Short description
Liverpool City Council wishes to commission a new referral and works framework agreement to deliver a variety of energy efficiency improvements works. The framework will align with the requirements of ECO4, and future ECO schemes, and extends to permit other energy efficiency improvement works, subject to the availability of additional and alternative funding.
The Framework will be separated into two lots as below;
Lot 1 - ECO delivery
This lot will permit the delivery of measures under ECO obligations through referrals to eligible suppliers.
Lot 2 - Energy Efficiency Works (Grant and non-grant Funded)
This lot will permit the delivery of other similar Energy efficiency improvements subject to future available funding (outside ECO grant funding)
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
ECO delivery
Lot No
1
two.2.2) Additional CPV code(s)
- 44221000 - Windows, doors and related items
- 45232141 - Heating works
- 45320000 - Insulation work
- 45331110 - Boiler installation work
- 45421110 - Installation of door and window frames
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
two.2.4) Description of the procurement
Lot 1 - ECO Delivery
Referral of Opportunities for energy efficiency works and installation of insulation measures in eligible properties in relation to Energy Company Obligations (ECO) Flexible Eligibility
All works are to be carried out under Ofgem guidance for measures and products.
The delivery of Energy Efficiency work is considered specialist. As such there are only a select number of approved companies that are available nationally to undertake the work under the ECO grant funding. Contractors will need to be an OFGEM approved supplier and identified on OFGEMS approved supplier list for ECO works. This will be verified prior to acceptance of submission.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Framework will be awarded on the basis of a 2-year initial term, with the option to extend up to a maximum 4-year term.
two.2) Description
two.2.1) Title
Energy Efficiency Works (Grant and non-grant Funded)
Lot No
2
two.2.2) Additional CPV code(s)
- 42160000 - Boiler installations
- 44221000 - Windows, doors and related items
- 45232141 - Heating works
- 45320000 - Insulation work
- 45331100 - Central-heating installation work
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
two.2.4) Description of the procurement
Lot 2 - Subject to additional funding, LCC will instruct further Energy Efficiency improvements. This may be through internal funding or alternative funding streams. Suppliers are expected to deliver energy efficiency works, while complying with future Grant funding requirements
Examples of improvements include, but are not limited to;
Heating measures
Insulation measures
Replacement windows and doors
Other enabling work related to energy measures install in accordance with PAS 2035 requirements.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Framework will be awarded on the basis of a 2-year initial term, with the option to extend up to a maximum 4-year term.
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 a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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
10 November 2023
Local time
9:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
10 November 2023
Local time
9:15am
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 Court of Justice
London
Country
United Kingdom