Construction Contract Leads
United Kingdom
Category Services
Type
No. of Lots 1
Status Active
Published 5th May 2023
Reference | ocds-h6vhtk-03c6ee |
Common Procurement Vocabulary | Energy-efficiency consultancy services |
Procurement Method | Restricted procedure |
Value | £95,000,000 |
United Kingdom
Category Services
Type
No. of Lots 1
Status Active
Published 5th May 2023
Reference | ocds-h6vhtk-03c6ee |
Common Procurement Vocabulary | Energy-efficiency consultancy services |
Procurement Method | Restricted 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
tenders [at] chicltd.co.uk
Country
United Kingdom
NUTS code
UKG31 - Birmingham
Internet address(es)
Main address
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.