Section one: Contracting authority
one.1) Name and addresses
The Riverside Group
2 Estuary Boulevard, Estuary Commerce Park,
Liverpool
L24 8RF
Country
United Kingdom
NUTS code
UKD72 - Liverpool
Internet address(es)
Main address
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://riversource.wax-live.com/S2C/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://riversource.wax-live.com/S2C/
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
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Energy performance certificates
Reference number
EPC IP21
two.1.2) Main CPV code
- 71314300 - Energy-efficiency consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The Riverside Group (TRG) wishes to appoint a Service Provider experienced in the delivery of surveys to provide Energy Performance Certificates (EPCs).
The Service Provider will carry out approx. 4,350 EPC?s energy performance surveys throughout England and South Scotland per annum on an ad hoc basis when required. These figures are indicative based on historical need and are subject to change. The surveys will result in the provision of EPCs delivered electronically.
TRG have a second programme of works that require the delivery of 3,179 additional EPC?s within a 3-4 month time frame . The surveys will result in the provision of EPCs delivered Electronically.
two.1.5) Estimated total value
Value excluding VAT: £1,234,740
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
Provision of Approximately 4,200 EPC in England and 150 EPC's in South Scotland Annually
Lot No
1
two.2.2) Additional CPV code(s)
- 71314300 - Energy-efficiency consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Across all of England and south Scotland
two.2.4) Description of the procurement
Provision of Approximately 4,200 EPC in England and 150 EPC's in South Scotland Annually
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: £1,044,000
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Provision of Approximately 3,179 EPC's in England to be completed within 3-4 months of contract award
Lot No
2
two.2.2) Additional CPV code(s)
- 71314300 - Energy-efficiency consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Across all of England
two.2.4) Description of the procurement
Lot 2 - Provision of Approximately 3,179 EPC's in England to be completed within 3-4 months of contract award
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: £190,740
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
4
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
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.1.8) 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
24 January 2022
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
24 January 2022
Local time
12:01pm
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.4) Procedures for review
six.4.1) Review body
Royal court of Justice
The Strand
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
This tender process will incorporate a minimum 10 calendar day standstill period at the point of information
on the award is communicated to tenderers. Appeals can be directly raised via the contract points detailed in
section V1.4.1 of this contract notice.