Tender

Supply and Lodging of Energy Performance Certificates

  • Hafod Housing Association

F02: Contract notice

Notice identifier: 2023/S 000-030725

Procurement identifier (OCID): ocds-h6vhtk-040cef

Published 18 October 2023, 11:42am



Section one: Contracting authority

one.1) Name and addresses

Hafod Housing Association

St Hilary Court, Copthorne Way, Culverhouse Cross

CARDIFF

CF5 6ES

Email

procurement@hafod.org.uk

Telephone

+44 2920675823

Fax

+44 2920672499

Country

United Kingdom

NUTS code

UKL22 - Cardiff and Vale of Glamorgan

Internet address(es)

Main address

https://www.hafod.org.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA1147

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://etenderwales.bravosolution.co.uk/web/login.shtml

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/web/login.shtml

one.4) Type of the contracting authority

Other type

Registered Social Landlord

one.5) Main activity

Other activity

Registered Social Landlord


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply and Lodging of Energy Performance Certificates

Reference number

2023H000068.01

two.1.2) Main CPV code

  • 71314300 - Energy-efficiency consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Hafod Housing Association Ltd (Hafod) is looking for an experienced and qualified Contractor to provide the Provision of Supply & Lodging of Energy Performance Certificates (EPC)

The appointed Contractor will be required to conduct approximately 500 Energy Performance Certificates per year, commencing on the first working day of March each year with completion by the last working day in October each year within its occupied properties.

As well as the above planned EPC’s the appointed Contractor would be required to conduct Energy Performance Certificates throughout the year on void properties as they arise with a turnaround time of 72 hours (three working days), allowing the properties to be re-let as soon as possible. This accounts for approximately 100 a year.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan
  • UKL21 - Monmouthshire and Newport
  • UKL17 - Bridgend and Neath Port Talbot
  • UKL15 - Central Valleys
  • UKL16 - Gwent Valleys
Main site or place of performance

9 local authority areas which Hafod work as listed below;

Bridgend,

Cardiff,

Rhondda Cynon Taff,

Caerphilly,

Torfaen,

Merthyr,

Blaenau Gwent,

Vale of Glamorgan,

Newport.

two.2.4) Description of the procurement

Undertake EPC's within both occupied and unoccupied properties and lodging of certificates.

Full specification can be found in Schedule 1 Specification within the tender pack.

two.2.5) Award criteria

Quality criterion - Name: Contract Resource / Weighting: 12.50

Quality criterion - Name: Working in occupied Properties / Weighting: 10.00

Quality criterion - Name: Equality and Diversity / Weighting: 5.00

Quality criterion - Name: Sustainability / Weighting: 5.00

Quality criterion - Name: Social Value / Weighting: 7.50

Price - Weighting: 60

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

Start date

1 March 2024

End date

28 February 2027

This contract is subject to renewal

Yes

Description of renewals

Up to 2 x 12 month periods

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.1.2) 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

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

20 November 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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

20 November 2023

Local time

12:30pm

Place

Electronically


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: On the expiry or termination of the contract.

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

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=135593

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

refer to the tender documents

(WA Ref:135593)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom