Opportunity

CHIC Healthy Homes Framework 2024-28

  • Communities and Housing Investment Consortium Limited

F02: Contract notice

Notice reference: 2023/S 000-034414

Published 21 November 2023, 2:22pm



The closing date and time has been changed to:

9 February 2024, 3:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Communities and Housing Investment Consortium Limited

84 Spencer Street

Birmingham

BD6 9ES

Email

tenders@chicltd.co.uk

Telephone

+44 1217599990

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.chicltd.co.uk

Buyer's address

http://www.chicltd.co.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://app.panacea-software.com/chic/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://app.panacea-software.com/chic/

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

CHIC Healthy Homes Framework 2024-28

Reference number

REQ-101

two.1.2) Main CPV code

  • 45300000 - Building installation work

two.1.3) Type of contract

Works

two.1.4) Short description

Communities and Housing Investment Consortium Ltd (“CHIC”) seeks to establish a 4-year framework for Asset Decarbonisation, Retrofit and Building Safety Solutions in accordance with PAS 2035, providing a singular solution for our membership to design, assess and deliver their net zero ambitions. The Framework includes provision for goods, works and services and is open to social housing providers and the wider public sector across the UK. The opportunity has been divided into three lots as follows:

Lot 1 – Consultancy Services

Lot 2 – Works and Services

Lot 3 - Digitisation

two.1.5) Estimated total value

Value excluding VAT: £2,000,000,000

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

Consultancy Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 71210000 - Advisory architectural services
  • 71221000 - Architectural services for buildings
  • 71223000 - Architectural services for building extensions
  • 71230000 - Organisation of architectural design contests
  • 71240000 - Architectural, engineering and planning services
  • 71250000 - Architectural, engineering and surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313400 - Environmental impact assessment for construction
  • 71314300 - Energy-efficiency consultancy services
  • 71315100 - Building-fabric consultancy services
  • 71315200 - Building consultancy services
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71318000 - Advisory and consultative engineering services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Provision of PAS accredited services for both domestic dwellings (PAS 2035:2019) and non-domestic buildings (PAS 2038:2021).

Services will predominately be for of PAS 2035:2019, including one of the following retrofit roles: Advisor, Assessor, Coordinator, Designer and Evaluator. These services will cover industry standardised energy efficient assessment, measurement, and reporting/reflection.

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: £650,000,000

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: Yes

Description of options

As permitted under Regulation 72 and in accordance with the permitted circumstances in which an agreement may be amended.

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

Works and Services Installations

Lot No

2

two.2.2) Additional CPV code(s)

  • 09310000 - Electricity
  • 09320000 - Steam, hot water and associated products
  • 09330000 - Solar energy
  • 31110000 - Electric motors
  • 31158100 - Battery chargers
  • 35111500 - Fire suppression system
  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 39717000 - Fans and air-conditioning appliances
  • 44621000 - Radiators and boilers
  • 45211100 - Construction work for houses
  • 45211300 - Houses construction work
  • 45223200 - Structural works
  • 45232141 - Heating works
  • 45262100 - Scaffolding work
  • 45262640 - Environmental improvement works
  • 45262700 - Building alteration work
  • 45310000 - Electrical installation work
  • 45321000 - Thermal insulation work
  • 45323000 - Sound insulation work
  • 45343000 - Fire-prevention installation works
  • 45421100 - Installation of doors and windows and related components
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 65400000 - Other sources of energy supplies and distribution
  • 98391000 - Decommissioning services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Works delivery of primary fabric first measures to include but not be limited to Building Fabric Measures (BFM) energy efficiency measures and building safety measures. Works performed will include the design, installation, inspection, testing and/or handover and any subsequent maintenance works. All services delivered should be in accordance with PAS 2035:2019 standards and installed in accordance with PAS 2030:2019, as may be amended from time to time. Works undertaken may also include PAS 2038:2021. Contractors will be able to bring in supply chain partners to help deliver the requirements for Member Organisations and act as a single point of contact for the Member Organisation. The full project requirements and scope would be agreed through the Direct Award Contract (DAC) or Further Competition Process.

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: £950,000,000

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: Yes

Description of options

As permitted under Regulation 72 and in accordance with the permitted circumstances in which an agreement may be amended.

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

Digitisation

Lot No

3

two.2.2) Additional CPV code(s)

  • 38551000 - Energy meters
  • 38552000 - Electronic meters
  • 38554000 - Electricity meters
  • 48170000 - Compliance software package
  • 71313400 - Environmental impact assessment for construction
  • 71314200 - Energy-management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 90714000 - Environmental auditing

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The provision of net zero technology solutions including but not limited to: BIM modelling, pre and post measurements and reflection, data aggregation and insight systems, asset tagging solutions and energy performance assessment tools.

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: £400,000,000

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: Yes

Description of options

As permitted under Regulation 72 and in accordance with the permitted circumstances in which an agreement may be amended.

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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

Originally published as:

Date

12 January 2024

Local time

3:00pm

Changed to:

Date

9 February 2024

Local time

3:00pm

See the change notice.

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

Tender must be valid until: 12 July 2024

four.2.7) Conditions for opening of tenders

Date

12 January 2024

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The contracting authority considers that this framework may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. Communities & Housing Investment Consortium (CHIC) is a central purchasing body and information in respect of CHIC and a Schedule of CHIC Members can be found on the CHIC website: www.chicltd.co.uk and a list of current Members can also be found in the draft Framework Agreement. CHIC is procuring the Framework Agreement on behalf of all Authorised Users as described in the Framework Agreement.

Call-off Contracts from the Framework Lots may be used for works and services to meet a range of construction needs across both Housing and other properties, including social and commercial premises.

six.4) Procedures for review

six.4.1) Review body

The High Court, Royal Courts of Justice

The Strand,

London,

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Communities & Housing Investment Consortium Limited will observe a ten-day standstill period calculated in accordance with the Public Contracts Regulations 2015. Under those Regulations aggrieved bidders may by way of proceedings in the High Court seek relief in respect of alleged breaches of the Public Contract Regulations 2015 which may include declaring any award ineffective, and/or seeking damages. After expiry of the ten-day standstill period CHIC will unless prevented by order of the Court conclude and enter all Framework Agreements.

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

Communities and Housing Investment Consortium Ltd

ARK Central, 84 Spencer Street,

Birmingham

B18 6DS

Email

tenders@chicltd.co.uk

Telephone

+44 1217599990

Country

United Kingdom