Watford Borough Council: Retrofit Home (Domestic) Energy Efficiency Works - Managing Agents

  Watford Borough Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Retrofit Home (Domestic) Energy Efficiency Works - Managing Agents
Notice type: Contract Notice
Authority: Watford Borough Council
Nature of contract: Services
Procedure: Open
Short Description: Delivery of Domestic Retrofit Projects and Related Services for Council’s, Local Authorities and Social Housing Organisations within Hertfordshire and Buckinghamshire. This will be a managing agent service offering a turnkey service for all aspects of the delivery. This will be a Framework Agreement.
Published: 14/10/2022 09:06
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-WATFORD: Construction project management services.
Section I: Contracting Authority
      I.1) Name and addresses
             Watford Borough Council, United Kingdom
             Town Hall, WATFORD, wd17 3EX, United Kingdom
             Tel. +44 1923278370, Email: derek.hatcher@watford.gov.uk
             Contact: Derek Hatcher
             Main Address: https://www.watford.gov.uk, Address of the buyer profile: https://www.watford.gov.uk
             NUTS Code: UKH23
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      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: https://www.delta-esourcing.com/tenders/UK-UK-WATFORD:-Construction-project-management-services./E39854263B
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-WATFORD:-Construction-project-management-services./E39854263B 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
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Retrofit Home (Domestic) Energy Efficiency Works - Managing Agents       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      71541000 - Construction project management services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Delivery of Domestic Retrofit Projects and Related Services for Council’s, Local Authorities and Social Housing Organisations within Hertfordshire and Buckinghamshire. This will be a managing agent service offering a turnkey service for all aspects of the delivery. This will be a Framework Agreement.       
      II.1.5) Estimated total value:
      Value excluding VAT: 50,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 3
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Managing Agent for Grant-Funded Domestic Retrofit Schemes       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      71541000 - Construction project management services.
      
      II.2.3) Place of performance:
      UKH23 Hertfordshire
      
      II.2.4) Description of procurement: Managing Agent for Grant-Funded Domestic Retrofit Schemes - this includes responsibility for the day-to-day delivery of a domestic retrofit projects such as the Green Homes Grant schemes mentioned above, ensuring all aspects of the services are delivered professionally and to the requirements stated herein, including but not limited to:
•Providing independent project management services to enable a non-affiliated supply chain
•Strategizing to secure, procure, and manage a contractor supply chain, including installers, surveyors (EPC surveyors, Retrofit Assessors etc.)
•Creating a project delivery plan
•Contract and Performance Management
•Provisioning a call centre service to manage customer enquiries and applications
•Establishing and running systems to manage the customer journey end-to-end including eligibility screening, application processing and customer support services (see example of customer journey in Appendix 2)
•Identifying eligible properties and households using building stock and fuel poverty data (data analysis)
•Household engagement, marketing, and recruitment (lead generation)
•Undertaking whole-house surveys, retrofit assessments, and technical solution design (or arranging qualified subcontractors for this purpose).
•Management of the retrofit works (scheduling and delivery)
•Inspections, quality assurances and works approval
•Monitoring and evaluation of projects including complying with any reporting requirements outlined by the funding body, for example with LAD projects by completing monthly reports in a timely manner to enable their submission to the Department for Business, Energy and Industrial Strategy (BEIS) within agreed deadlines (see typical reporting requirements in Appendix 3)
•Customer satisfaction, installation completion and sign-off
•Complying with GDPR requirements and procedures such as the creation of secure data sharing and storage arrangements for all parties.
      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: 50,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/E39854263B       
II.2) Description Lot No. 2
      
      II.2.1) Title: Management of Energy Company Obligation (ECO) scheme       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      71314300 - Energy-efficiency consultancy services.
      
      II.2.3) Place of performance:
      UKH23 Hertfordshire
      
      II.2.4) Description of procurement: Management of Energy Company Obligation (ECO) scheme – involves the provision of recruitment, marketing, case management and administration services for Energy Company Obligation (ECO) and ECO Flex funding programmes to residents of the Local Authority areas.
The procured service provider will:
a)Provide a referral route to receive and manage referrals from either; directly from residents, from contractors and or their managing agents. We would expect the service to be accessible by website referrals, a free to call telephone service operating from 09:00 to 17:00, Monday to Friday, alongside other customer communication channels such as email, letter and SMS.
b)Secure ECO funding via its contracts with obligated utility companies or contractors to support the cost of technically suitable energy efficiency measures in qualifying households.
c)Respond promptly and professionally to all requests for energy saving services from residents within the Local Authority areas.
d)Manage a referral scheme to provide ECO funded measures in domestic housing, having undertaken a robust recruitment exercise to identify a suitable installer network. This will involve carrying out: quality; health and safety; technical; regulatory; risk; warranty and financial checks on scheme installers, to ensure, for example, installer compliance with the latest PAS retrofit standards
This list is not exhaustive
      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: 1,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      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: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Independent Energy Advice Service:       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      72253000 - Help-desk and support services.
      98513310 - Home-help services.
      71314000 - Energy and related services.
      71314300 - Energy-efficiency consultancy services.
      
      II.2.3) Place of performance:
      UKH23 Hertfordshire
      
      II.2.4) Description of procurement: Independent Energy Advice Service: This Lot comprises the provision of energy saving advice and support to residents in defined council areas.
The procured service provider will:
a.Provide independent, impartial and up-to-date advice and support to householders in the Local Authority areas to help them save energy and money on their fuel bills, and reduce their carbon footprints through behavioural changes, switching tariffs or undertaking energy efficiency home upgrades.
b.Have a free to call telephone service operating from 09:00 to 17:00, Monday to Friday, alongside other customer communication channels such as email, letter and SMS.
c.Have a proven commitment to alleviating fuel poverty.
d.Have staff experienced in speaking to the most vulnerable residents.
e.Where applicable, refer customers to approved energy efficiency grant (or loan) schemes, including those the Councils are involved in delivering such as the Green Homes Grant LAD scheme and the Energy Company Obligation scheme.
f.Seek to establish and maintain a network of referral routes with partner agencies to be able to offer residents grants, charitable support, and advice.
g.Procure added value and referral networks to other agencies and charitable organisations.
      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: 500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      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: Not provided       


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:          
      Please see the Part 1 Section of the tender Documents    
      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: No

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    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 4           
         In the case of framework agreements justification for any duration exceeding 4 years: This will be a 4 year Framework Agreement    
   
   
   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: 25/11/2022 Time: 10:00
            
      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:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 25/11/2022
         Time: 10:00
         Place:
         WATFORD
      

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: This tender is a Framework Agreement open to the following participants
Hertfordshire County Council
Broxbourne Borough Council
Dacorum Borough Council
East Hertfordshire District Council
Hertsmere Borough Council
North Hertfordshire District Council
St Albans City and District Council
Stevenage Borough Council
Three Rivers District Council
Watford Borough Council
Welwyn Hatfield Borough Council
Any registered Social Landlord/ Social Housing provider/ Housing Association for housing stock within Hertfordshire (in whole or part)
Buckinghamshire County Council
Aylesbury Vale District Council
Chiltern District Council
Milton Keynes Council (unitary authority)
South Bucks District Council
Wycombe District Council
Any registered Social Landlord/ Social Housing provider/ Housing Association for housing stock within Buckinghamshire (in whole or part)
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-WATFORD:-Construction-project-management-services./E39854263B

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/E39854263B
   VI.4) Procedures for review
   VI.4.1) Review body:
             Watford Borough Council
       Watford, wd17 3EX, United Kingdom
       Email: derek.hatcher@watford.gov.uk
       Internet address: https://www.watford.gov.uk
   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: 14/10/2022

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       Three Rivers District Council
       Three Rivers House, Northway, Rickmansworth, WD3 1RL, United Kingdom
       Email: derek.hatcher@watford.gov.uk
       Contact: Lisa Cook
       Main Address: https://www.threerivers.gov.uk
       NUTS Code: UKH23

View any Notice Addenda

View Award Notice