Opportunity

Dynamic Purchasing System for Commercial Retrofit

  • PROCURE PLUS HOLDINGS LIMITED

F02: Contract notice

Notice reference: 2023/S 000-032888

Published 7 November 2023, 10:07am



Section one: Contracting authority

one.1) Name and addresses

PROCURE PLUS HOLDINGS LIMITED

The Lancastrian Office Centre,Talbot Road

MANCHESTER

M320FP

Email

dps@procure-plus.com

Telephone

+44 1618743149

Country

United Kingdom

NUTS code

UK - United Kingdom

Companies House

05888820

Internet address(es)

Main address

https://www.procure-plus.com/

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://tendermanagement.launchcontrol-systems.com/register/index/51aa2b1761

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://tendermanagement.launchcontrol-systems.com/register/index/51aa2b1761

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

Dynamic Purchasing System for Commercial Retrofit

two.1.2) Main CPV code

  • 45300000 - Building installation work

two.1.3) Type of contract

Works

two.1.4) Short description

Procure Plus are a value focused, not for profit company that specialises in the procurement of goods and services related to both the new build, repair, and maintenance of social housing.

Procure Plus wishes to enter into an agreement for commercial (non-domestic) retrofit consultancy and works.

The DPS is intended for use by the wider public sector.

two.1.5) Estimated total value

Value excluding VAT: £215,000,000

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

Assessment and planning

Lot No

1

two.2.2) Additional CPV code(s)

  • 71250000 - Architectural, engineering and surveying services
  • 71313410 - Risk or hazard assessment for construction

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the retrofit assessment of non-domestic buildings. The lot is specifically for companies who can provide the following range of consultancy services; assistance with funding and bid applications, the completion of retrofit assessment and planning including building fabric and services surveys, identification and evaluation of improvement options, production of decarbonisation and energy management plans, support in the drafting of technical specifications and project management.

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: £10,000,000

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

Heat Networks

Lot No

2

two.2.2) Additional CPV code(s)

  • 42511110 - Heat pumps
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 71321200 - Heating-system design services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for specialist contractors who can design, supply and install heat network systems. Companies will also need to complete feasibility studies including onsite assessments.

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

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

Commercial heating

Lot No

3

two.2.2) Additional CPV code(s)

  • 42511110 - Heat pumps
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 71321200 - Heating-system design services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the design, supply and install of commercial heating systems in non-domestic buildings. Companies will also need to complete feasibility studies including onsite assessments.

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

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

Green walls and roofs

Lot No

4

two.2.2) Additional CPV code(s)

  • 45262700 - Building alteration work
  • 90720000 - Environmental protection

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the design, supply, install and maintain green walls and/or roofs to non-domestic buildings. Companies will also need to complete feasibility studies including onsite assessments.

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: £5,000,000

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

Commercial fabric

Lot No

5

two.2.2) Additional CPV code(s)

  • 45261410 - Roof insulation work
  • 45320000 - Insulation work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the design, supply and install of insulation in non-domestic buildings. This may include external wall insulation, internal wall insulation, cavity wall insulation, underfloor insulation or roof insulation. Works may also include repairs to external fabric or upgrades to windows and doors. Companies will also need to complete feasibility studies including onsite assessments.

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

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

Turnkey

Lot No

6

two.2.2) Additional CPV code(s)

  • 42511110 - Heat pumps
  • 45261410 - Roof insulation work
  • 45262700 - Building alteration work
  • 45320000 - Insulation work
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 71250000 - Architectural, engineering and surveying services
  • 71321200 - Heating-system design services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for companies who can provide a turnkey retrofit programme for non-domestic buildings. The lot is specifically for companies who can provide the following services; assistance with funding and bid applications, the completion of retrofit assessment and planning including building fabric and services surveys, identification and evaluation of improvement options, production of decarbonisation and energy management plans, support in the drafting of technical specifications and project management, feasibility studies including onsite assessments and the design, supply and install of multi-measure commercial retrofit. This will include heat networks, commercial heating and commercial fabric installations.

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

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to 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.1.8) 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

6 November 2027

Local time

11:59pm

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

Individual contracting authorities and organisations entitled to access the DPS will have the option to agree and award contracts to the appointed service providers at any point during the term of the DPS. Such contracting authorities and organisations are as follows:

Any customer of Procure Plus from time to time, which may include:

(i) any Social Housing Provider. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing.

(ii) any central government body or department;

(iii) any local authority, including county councils, district councils, county borough councils, community councils, London borough councils, unitary councils, metropolitan councils, and parish councils

(iv) any combined authority or associated body;

(v) any police, fire or rescue authority;

(vi) any transport authority;

(vii) any NHS trust or body, or other health authority, including any ambulance authority;

(viii) any educational bodies or establishments including state schools (nursery schools, primary schools, middle or high schools, secondary schools, special schools), academies, colleges, Pupil Referral Unit (PRU), further education colleges and universities;

(ix) any contracting authority (as defined in the Public Contracts Regulations 2015) that does not fall within any of limbs (i) to (viii) above;

(x) any entity or joint venture company that any of the entities listed in limbs (i) to (ix) above holds an interest in,

A number of contracts called off under the framework agreement may be completed using funding received via the European Union including but not limited to the European Regional Development Fund.

Procure Plus reserves the right to cancel the procurement at any time and not to proceed with all or part of the DPS.

Procure Plus will not, under any circumstances, reimburse any expense incurred by applicants in preparing their application, their tender submissions or in participating in this procurement process.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom