Tender

Management and delivery of a One-stop shop domestic retrofit service

  • West Yorkshire Combined Authority

F02: Contract notice

Notice identifier: 2024/S 000-040479

Procurement identifier (OCID): ocds-h6vhtk-044daf

Published 16 December 2024, 3:16pm



The closing date and time has been changed to:

14 February 2025, 2:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

West Yorkshire Combined Authority

Wellington House, 40-50 Wellington Street

Leeds

LS1 2DE

Contact

Darren Wood

Email

darren.wood@westyorks-ca.gov.uk

Telephone

+44 1133481789

Country

United Kingdom

Region code

UKE4 - West Yorkshire

National registration number

8876556

Internet address(es)

Main address

https://www.westyorks-ca.gov.uk

Buyer's address

https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/103257

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=88385&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=88385&B=UK

Tenders or requests to participate must be submitted to the above-mentioned address

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

Management and delivery of a One-stop shop domestic retrofit service

Reference number

93950

two.1.2) Main CPV code

  • 71314300 - Energy-efficiency consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

West Yorkshire Combined Authority is seeking to establish Homes Energy West Yorkshire as a trusted retrofit service, and is seeking a provider to implement, lead and deliver a ‘one-stop shop’ (OSS) which will enable all West Yorkshire residents (of all tenure types) and landlords to access impartial advice and information on domestic retrofit and energy efficiency. The OSS aims to provide a comprehensive, accessible service to support households through the retrofit process, addressing barriers to uptake and promoting sustainable energy use. The purpose of this commission is to appoint a provider to manage and deliver the OSS and its services, acting as a 'managing agent’. The managing agent will provide both advice and installation services. Consortium bids are permitted, with a consortium lead clearly identified. The contract is to be for an initial 5 year term with the option to extend up to a maximum period of 15 years.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 09300000 - Electricity, heating, solar and nuclear energy
  • 45300000 - Building installation work
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71314300 - Energy-efficiency consultancy services

two.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire

two.2.4) Description of the procurement

West Yorkshire Combined Authority is seeking to establish Homes Energy West Yorkshire as a trusted retrofit service, and is seeking a provider to implement, lead and deliver a ‘one-stop shop’ which will enable all West Yorkshire residents (of all tenure types) and landlords to access impartial advice and information on domestic retrofit and energy efficiency. The one stop shop is an initiative designed to address the gap in support for households in West Yorkshire's private housing sector, focusing on retrofitting and installing renewable energy solutions. With 82% of the region's 1.02 million households either owned or privately rented, there is a significant need for assistance in improving energy efficiency and reducing carbon emissions. The scheme responds to and delivers on the Mayor of West Yorkshire’s manifesto, to establish a one stop shop (OSS) in West Yorkshire. The OSS aims to provide a comprehensive, accessible service to support households through the retrofit process, addressing barriers to uptake and promoting sustainable energy use. By offering direct support and raising awareness of existing schemes, the OSS will enable these households to contribute to the region's overall sustainability goals and help achieve West Yorkshire's ambitious Net Zero target by 2038. The purpose of this commission is to appoint a provider to manage and deliver the OSS and its services, which will support West Yorkshire residents and private landlords to improve the energy efficiency of their home through installation of retrofit measures acting as a 'managing agent’. The managing agent will provide both advice and installation services. Consortium bids are permitted, with a consortium lead clearly identified. The contract is to be for an initial 5 year term with the option to extend up to a maximum period of 15 years.

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: £20,000,000

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

Duration in months

60

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

The Contract will consist of a 5 year initial Contract term with the option to extend the Contract for a further 10 years up to a maximum term of 15 years.

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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-010075

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

31 January 2025

Local time

2:00pm

Changed to:

Date

14 February 2025

Local time

2:00pm

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

31 January 2025

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Note: Estimated contracted expenditure by the Combined Authority (CA) as a result of the award of this contract opportunity is in relation to the provision of a managing agent service for advice only. The awarded opportunity will also allow for the provision of installation services/works to the public as a consequence. However, such services/works are not deemed to be capable of being exclusively exploited by the awarded provider, and the CA will not control provision of these services/works. It is deemed that this procurement and resulting Contract arrangements, Contract expenditure and Contract risk is in accordance and subject to Public Contract Regulations 2015 and does not satisfy the criteria or definitions of a concession set out in Contract Concession Regulations 2016. There is no guarantee of public expenditure in connection with this contract, therefore the total value is not known however could be in excess of £500m.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom