Construction Tenders

Sat May 04 2024

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type

No. of Lots 1

Status Active

Published 5th May 2023

Tender Details
Referenceocds-h6vhtk-03c6ee
Common Procurement VocabularyEnergy-efficiency consultancy services
Procurement MethodRestricted procedure
Value£95,000,000
More Tenders »

United Kingdom

Category Services

Type

No. of Lots 1

Status Active

Published 5th May 2023

Tender Details
Referenceocds-h6vhtk-03c6ee
Common Procurement VocabularyEnergy-efficiency consultancy services
Procurement MethodRestricted procedure
Value£95,000,000

Section I: Contracting authority

I.1) Name and addresses

Communities and Housing Investment Consortium Limited (CHIC)

84 Spencer Street

Birmingham

B18 6DS

Email

tenders [at] chicltd.co.uk

Country

United Kingdom

NUTS code

UKG31 - Birmingham

Internet address(es)

Main address

https://www.chicltd.co.uk/

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

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

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/

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

CHIC UK Retrofit Compliance DPS

Reference number

DPS-21

II.1.2) Main CPV code

  • 71314300 - Energy-efficiency consultancy services

II.1.3) Type of contract

Services

II.1.4) Short description

Communities & Housing Investment Consortium (CHIC), is seeking to develop a Dynamic Purchasing System (DPS) of Bidders of Domestic Energy Efficiency Retrofit Consultancy Services who are able to work in partnership with CHIC and its members to develop Energy efficiency solutions to homes across the UK. The Optimised Retrofit project will see homes made more energy-efficient.

The CHIC Retrofit Compliance DPS seeks Delivery Partners capable of carrying out the post-retrofit evaluation, measurement and audit of all projects that are required to comply with Publicly Available Specification 2035 (PAS 2035).

II.1.5) Estimated total value

Value excluding VAT: £95,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Service Providers under this DPS shall ensure that every retrofit project is subject to monitoring and evaluation to determine whether the intended outcomes of the retrofit project have been realised, and to identify and learn from any project-specific or systematic problems with the retrofit risk assessment, the dwelling assessment, the retrofit design, the installation of EEMs or the testing, commissioning, or handover of EEMs.

In addition, this DPS will also provide for compliance Auditors, who will audit the entire end-to-end retrofit process to ascertain that the appropriate steps have been completed satisfactorily in the retrofit process. It is envisaged the audit process will follow three approaches; however individual commissions will dictate specific requirements:

• Portfolio Approach – Audit full programme and developing an action plan to increase the efficiency through selective application of retrofits and related tools

• Project Approach – Audit taking one project through a streamlined, cost effective, efficient process to determine retrofit compliance and benefit analysis.

• Midway through process and/or near completion – complete an audit at any point during the retrofit process in order to demonstrate compliance and assist with making smart and cost-effective decisions.

A Client will select the appropriate protocol based on the funding source and may wish to obtain an investment grade audit. Owner’s objectives, funder/lender requirements and utility arrangements will all influence the decision of which audit protocol to use.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £95,000,000

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

The DPS duration is for 96 months however the Authority reserves the right to extend the duration of this DPS for any period up to a maximum of ninety-six (96) months from the expiry of the initial term on notification via using the relevant Notice on FTS.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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

The procurement involves the setting up of a dynamic purchasing system

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date

12 June 2023

Local time

3:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

22 June 2023

IV.2.4) Languages in which tenders or requests to participate may be submitted

English


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

The High Court Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

If a supplier has failed the exclusion stage, it could reapply if the mandatory or discretionary exclusionary periods had ended, or if the supplier had self-cleaned.

If the supplier did not meet the DPS selection criteria, it could reapply if its circumstances changed, for example if it had newly available skills, experience, or if something else which would change its answers to the selection criteria had occurred.