The Department for Business, Energy and Industrial Strategy (BEIS): Measuring Energy Performance Improvements in Dwellings Using Thin Internal Wall Insulation

  The Department for Business, Energy and Industrial Strategy (BEIS) is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Measuring Energy Performance Improvements in Dwellings Using Thin Internal Wall Insulation
Notice type: Contract Notice
Authority: The Department for Business, Energy and Industrial Strategy (BEIS)
Nature of contract: Services
Procedure: Open
Short Description: There are significant barriers to uptake with conventional Solid Wall Insulation (SWI), such as installation cost, risks of cold bridging, loss of internal space if using internal SWI amongst others. Thin Internal Wall Insulation (TIWI) could be a potential solution where conventional internal SWI is not a viable option. TIWI will likely not be as effective as conventional SWI in terms of energy saving potential. However, it is thought the above SWI barriers to uptake may be significantly mitigated with TIWI, resulting in much higher take-up and subsequent carbon savings. It is proposed to use an unoccupied test home with measured thermal efficiency characteristics in its uninsulated state. Following multiple TIWI retrofits, the contractor will reassess the thermal characteristics of the property, thus quantifying the effectiveness of TIWI products. Subsequently a conventional internal SWI retrofit will then be undertaken to establish the comparable energy savings.
Published: 13/07/2017 12:56
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Research and development services and related consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             Department for Business Energy and Industrial Strategy
             1 Victoria Street, London, SW1H 0ET, United Kingdom
             Email: siceteateam@BEIS.gov.uk
             Contact: Yehuda Lethbridge
             Main Address: www.delta-esourcing.com, Address of the buyer profile: https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Research-and-development-services-and-related-consultancy-services./68M6VCF969
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via www.delta-esourcing.com to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Measuring Energy Performance Improvements in Dwellings Using Thin Internal Wall Insulation       
      Reference Number: TRN: 1329/07/2017
      II.1.2) Main CPV Code:
      73000000 - Research and development services and related consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: There are significant barriers to uptake with conventional Solid Wall Insulation (SWI), such as installation cost, risks of cold bridging, loss of internal space if using internal SWI amongst others.

Thin Internal Wall Insulation (TIWI) could be a potential solution where conventional internal SWI is not a viable option. TIWI will likely not be as effective as conventional SWI in terms of energy saving potential. However, it is thought the above SWI barriers to uptake may be significantly mitigated with TIWI, resulting in much higher take-up and subsequent carbon savings.

It is proposed to use an unoccupied test home with measured thermal efficiency characteristics in its uninsulated state. Following multiple TIWI retrofits, the contractor will reassess the thermal characteristics of the property, thus quantifying the effectiveness of TIWI products. Subsequently a conventional internal SWI retrofit will then be undertaken to establish the comparable energy savings.       
      II.1.5) Estimated total value:
      Value excluding VAT: 200,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      73100000 - Research and experimental development services.
      73110000 - Research services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: There are significant barriers to uptake with conventional Solid Wall Insulation (SWI), such as installation cost, risks of cold bridging, loss of internal wall space if using internal SWI amongst others.

Thin Internal Wall Insulation (TIWI) could be a potential solution where conventional internal SWI is not a viable option. TIWI will likely not be as effective as conventional SWI in terms of energy saving potential. However, it is thought the above SWI barriers to uptake may be significantly mitigated with TIWI, resulting in much higher take-up and subsequent carbon savings.

It is proposed to use an unoccupied test home with measured thermal efficiency characteristics in its uninsulated state. Following each TIWI retrofit, the contractor will reassess the thermal characteristics of the property, thus quantifying the impact TIWI products have had on the home. Subsequently a conventional internal SWI retrofit will then be undertaken to establish the comparable energy saving potential between insulation solutions.

For background information, the full specification and further information on this project please see the ITT.
      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: 200,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 13       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: The contracting authority considers that this contract 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, and the contract will be awarded on the basis of the most economically advantageous tender.       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes    

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 14/08/2017 Time: 14:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 14/08/2017
         Time: 14:01
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Research-and-development-services-and-related-consultancy-services./68M6VCF969

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/68M6VCF969
   VI.4) Procedures for review
   VI.4.1) Review body:
             Department for Business Energy and Industrial Strategy
       1 Victoria Street, London, SW1H 0ET, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 13/07/2017

Annex A


View any Notice Addenda

View Award Notice

UK-London: Research and development services and related consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Department for Business Energy and Industrial Strategy
       1 Victoria Street, London, SW1H 0ET, United Kingdom
       Email: siceteateam@BEIS.gov.uk
       Contact: Yehuda Lethbridge
       Main Address: www.delta-esourcing.com, Address of the buyer profile: https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local subdivisions

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Measuring Energy Performance Improvements in Dwellings Using Thin Internal Wall Insulation            
      Reference number: TRN: 1329/07/2017

      II.1.2) Main CPV code:
         73000000 - Research and development services and related consultancy services.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: There are significant barriers to uptake with conventional Solid Wall Insulation (SWI), such as installation cost, risks of cold bridging, loss of internal space if using internal SWI amongst others.

Thin Internal Wall Insulation (TIWI) could be a potential solution where conventional internal SWI is not a viable option. TIWI will likely not be as effective as conventional SWI in terms of energy saving potential. However, it is thought the above SWI barriers to uptake may be significantly mitigated with TIWI, resulting in much higher take-up and subsequent carbon savings.

It is proposed to use an unoccupied test home with measured thermal efficiency characteristics in its uninsulated state. Following multiple TIWI retrofits, the contractor will reassess the thermal characteristics of the property, thus quantifying the effectiveness of TIWI products. Subsequently a conventional internal SWI retrofit will then be undertaken to establish the comparable energy savings.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 197,345
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            73100000 - Research and experimental development services.
            73110000 - Research services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: There are significant barriers to uptake with conventional Solid Wall Insulation (SWI), such as installation cost, risks of cold bridging, loss of internal wall space if using internal SWI amongst others.
It is proposed to use an unoccupied test home with measured thermal efficiency characteristics in its uninsulated state. Following each TIWI retrofit, the contractor will reassess the thermal characteristics of the property, thus quantifying the impact TIWI products have had on the home. Subsequently a conventional internal SWI retrofit will then be undertaken to establish the comparable energy saving potential between insulation solutions.

      II.2.5) Award criteria:
       Not Provided

      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
         

      II.2.14) Additional information: The contracting authority considers that this contract 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, and the contract will be awarded on the basis of the most economically advantageous tender.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2017/S 134-274677
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: TRN 1329/07/2017    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/08/2017

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Leeds Beckett University Enterprises Ltd
             The rose bowl, City Campus, Leeds, LS13HB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 197,345
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=283585464

   VI.4) Procedures for review

      VI.4.1) Review body
          Department for Business Energy and Industrial Strategy
          1 Victoria Street, London, SW1H 0ET, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 19/10/2017