Thirteen Group Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Energy Efficiency Measures Framework |
Notice type: | Contract Notice |
Authority: | Thirteen Group Ltd |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | Fabrick Housing Group was created in 2008 by bringing together two successful Tees Valley based Registered Social Landlord (RSL) companies; Tees Valley Housing, a traditional housing association and Erimus Housing, formed from the large scale voluntary transfer of properties from Middlesbrough Council. Norcare, a Newcastle based charity providing supported housing services to vulnerable people, joined the Group in July 2012. The partnership means the companies can share regeneration and development expertise, resources, skills and knowledge to ensure greater efficiencies and enhanced services for all residents. Together, the partners in the Group manage more than 15,000 homes, from North Tyneside in the north to York in the south, with the majority of homes in Middlesbrough and Stockton-on-Tees. Further information is available on the Group’s website www.fabrickgroup.co.uk. The Group is progressing a potential merger with Vela Group, made up of Housing Hartlepool and Tristar Homes. Should this merger go ahead, a new Group will be formed from 1st April 2014 and the framework will novate to the new Group company. The subsidiary companies will remain unchanged. This framework agreement will be accessible by UK Public Sector Bodies – including but not limited to Local Authorities, Central Government Departments, NHS Bodies and Police & other Emergency Services. The framework will also be open for use by all other public sector contracting authorities (as defined in Article 1(9) of Directive 2004/18/ EC and implemented by Regulation 3 of the Public Contract Regulations 2006) or their agents. These include but are not limited to central government departments and their agencies, Non- Departmental Public Bodies (NDPBs), NHS bodies (including; acute trusts, ambulance trusts, primary care trusts, care trusts, NHS hospital trusts, strategic health authorities, mental health trusts, special health authorities), Local Authorities (as defined in Regulation3 (2) to (5) of the Public Contracts Regulations 2006 ('the Regulations'), Police Authorities (as defined by Regulation 3 (1) (j) to (p) of the Regulations), Emergency Services, Educational. Establishment (including Schools, Universities, Academies, Colleges of Further Education) and Registered. Social Landlords who have a need to purchase these services. Please see the following websites for further details: http://www.civilservice.gov.uk/about/resources/ndpbs.aspx http://www.edubase.gov.uk/EstablishmentFind.aspx http://www.schoolswebdirectory.co.uk/localauthorities.php http://education.gov.uk.academies/a0069811/map-of-open-academies-and-schools-submitting-applicationshttp:// www.hefce.ac.uk/unicoll/ http://www.police-information.co.uk/police-directory http://www.nhs.uk/ServiceDirectories/Pages/ AcuteTrustListing.aspx http://www.directgov.uk/en/DI1/Directories/AZOfCentralGovernment/index.htm http://www.cabinetoffice.gov.uk http://www.housingcorp.gov.uk/server/show/nav.490 http://www.charity-commission.gov.uk/registeredcharities/first.asp http://www.buy4wales.co.uk/UsefulResources/contractsframeworks/organisationlist/poaplist-html?cat=14318 http://www.aupo.ac.uk http://www.bufdg.ac.uk The Group wishes to award a framework agreement to a number of contractors to carry out energy efficiency works (supply and fit) to both domestic and commercial properties, and associated services. The majority of works under the framework will be funded by Energy Companies Obligation (ECO) funding. However, Contracting Authorities may choose to pay a contribution to fund additional works not covered by ECO, or may choose to entirely self fund the works. The framework is divided in to four lots. The first three lots reflect the types of ECO measure, while the fourth lot provides supporting professional services. Companies may bid for one or more lots. Lot 1 – Insulation and Associated Work Lot 2 – Heating and Associated Work Lot 3 – Micro-generation and Associated Work Lot 4 – Associated Professional Services For ECO applicable measures covered by lots |
Published: | 09/08/2013 14:58 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Fabrick Housing Group
2 Hudson Quay, Windward Way, Middlesbrough, TS2 1QG, United Kingdom
Tel. +44 1642773600, Email: procurement@fabrickgroup.co.uk, URL: www.fabrickgroup.co.uk, URL: www.fabrickgroup.co.uk
Attn: Jenny Swainson
Electronic Access URL: www.delta-esourcing.com
Electronic Submission URL: www.delta-esourcing.com
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Housing and community amenities
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract: WORKS
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Energy Efficiency Measures Framework
II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
Region Codes: UK - UNITED KINGDOM
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 32
Duration of the framework agreement:
Duration in year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement:
Range between: 20,000,000 and 500,000,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Insulation work. District heating. Central-heating boilers. Glazing work. Heating works. Central-heating installation work. Heat-recovery systems. Heat pumps. Solar photovoltaic modules. Photovoltaic cells. Wind-power installation works. Hydro-electric plant construction work. Energy-efficiency consultancy services. Fabrick Housing Group was created in 2008 by bringing together two successful Tees Valley based Registered
Social Landlord (RSL) companies; Tees Valley Housing, a traditional housing association and Erimus Housing,
formed from the large scale voluntary transfer of properties from Middlesbrough Council. Norcare, a Newcastle
based charity providing supported housing services to vulnerable people, joined the Group in July 2012.
The partnership means the companies can share regeneration and development expertise, resources, skills and
knowledge to ensure greater efficiencies and enhanced services for all residents. Together, the partners in the
Group manage more than 15,000 homes, from North Tyneside in the north to York in the south, with the majority
of homes in Middlesbrough and Stockton-on-Tees.
Further information is available on the Group’s website www.fabrickgroup.co.uk.
The Group is progressing a potential merger with Vela Group, made up of Housing Hartlepool and Tristar Homes. Should this merger go ahead, a new Group will be formed from 1st April 2014 and the framework will novate to the new Group company. The subsidiary companies will remain unchanged.
This framework agreement will be accessible by UK Public Sector Bodies – including but not limited to Local
Authorities, Central Government Departments, NHS Bodies and Police & other Emergency Services. The
framework will also be open for use by all other public sector contracting authorities (as defined in Article
1(9) of Directive 2004/18/ EC and implemented by Regulation 3 of the Public Contract Regulations 2006) or
their agents. These include but are not limited to central government departments and their agencies, Non-
Departmental Public Bodies (NDPBs), NHS bodies (including; acute trusts, ambulance trusts, primary care trusts, care
trusts, NHS hospital trusts, strategic health authorities, mental health trusts, special health authorities), Local
Authorities (as defined in Regulation3 (2) to (5) of the Public Contracts Regulations 2006 ('the Regulations'),
Police Authorities (as defined by Regulation 3 (1) (j) to (p) of the Regulations), Emergency Services,
Educational. Establishment (including Schools, Universities, Academies, Colleges of Further Education) and
Registered. Social Landlords who have a need to purchase these services. Please see the following websites
for further details:
http://www.civilservice.gov.uk/about/resources/ndpbs.aspx
http://www.edubase.gov.uk/EstablishmentFind.aspx
http://www.schoolswebdirectory.co.uk/localauthorities.php
http://education.gov.uk.academies/a0069811/map-of-open-academies-and-schools-submitting-applicationshttp://
www.hefce.ac.uk/unicoll/
http://www.police-information.co.uk/police-directory http://www.nhs.uk/ServiceDirectories/Pages/
AcuteTrustListing.aspx
http://www.directgov.uk/en/DI1/Directories/AZOfCentralGovernment/index.htm
http://www.cabinetoffice.gov.uk
http://www.housingcorp.gov.uk/server/show/nav.490
http://www.charity-commission.gov.uk/registeredcharities/first.asp
http://www.buy4wales.co.uk/UsefulResources/contractsframeworks/organisationlist/poaplist-html?cat=14318
http://www.aupo.ac.uk
http://www.bufdg.ac.uk
The Group wishes to award a framework agreement to a number of contractors to carry out energy efficiency works (supply and fit) to both domestic and commercial properties, and associated services. The majority of works under the framework will be funded by Energy Companies Obligation (ECO) funding. However, Contracting Authorities may choose to pay a contribution to fund additional works not covered by ECO, or may choose to entirely self fund the works.
The framework is divided in to four lots. The first three lots reflect the types of ECO measure, while the fourth lot provides supporting professional services. Companies may bid for one or more lots.
Lot 1 – Insulation and Associated Work
Lot 2 – Heating and Associated Work
Lot 3 – Micro-generation and Associated Work
Lot 4 – Associated Professional Services
For ECO applicable measures covered by lots 1-3 of the framework see a copy of the Ofgem table. Note this document is for information purposes only and currency of applicable measures should be verified at by checking the Energy Companies Obligation (ECO): Guidance for Suppliers found at: Ofgem ECO Information for Suppliers click the “List of Measures” link under the Updates and Additional Information section.
Lots 1-3 will also cover repair and / or improvement work associated with the installation of the measure(s). This could include, but is not limited to roof repairs, canopies, facia, heating repairs or electrical work.
Under lots 1-3, in addition to the supply and installation of the relevant energy efficiency measures, companies will also be required to provide some or all of the following additional associated services to support delivery of Energy Efficiency Measures projects:
• Negotiate the best ECO funding deal with energy companies for Framework Users’ projects (Framework Users may choose to negotiate directly with energy companies).
• Carry out all relevant surveys, including structural surveys which may be intrusive.
• Prepare a detailed specification of the proposed Measures, including the fit design.
• Remove and re-fix relevant internal and / or external fixture and fittings ensuring third party equipment (example: satellite dish, BT lines) is not damaged, signals are not compromised and systems remain intact and fully operational throughout the works.
• If relevant to the scheme, carry out appropriate liaison with the relevant utility companies before removal / disconnection of telephone lines, satellite dishes etc. takes place. Liaison should be carried out before work commences.
• Provide M&E consultancy to the projects.
• Comply with all CDM requirements under Principal Contractor duties CDM 2007. Ensure the project is notified to the HSE before work is started and a construction phase health and safety plan is developed.
• Develop site waste management plans and provide evidence to the Framework User on request that site waste is managed responsibly and recycled or reused where ever possible.
• Carry out tenant consultation and liaison prior to, and throughout the duration of the project. This may include sending letters, making individual appointments, holding consultation events etc.
• Be able to demonstrate how the U value / energy efficiency rating of the property has increased as a result of the work that has been delivered.
• The Framework User will make provision for the Contractor to have access to relevant information such as an asbestos register. The Contractor will be responsible for checking the relevant information before work commences. If the Contractor discovers suspected asbestos containing material, the Contractor must inform the Framework User immediately. The Framework User must arrange for the removal of asbestos, this will not be the responsibility of the Contractor.
• Carry out all required electrical and gas testing at the start and on completion of the works.
• Carry out all required gas testing of appliances that may be affected or disturbed by the works. This should include any required daily testing.
• Make good all properties on completion of the works. This is to include for any decoration or finishes to match existing.
• Allow for building control approval including all fees, registration, inspections and discharge of conditions.
Lot 4 covers a range of Professional Services associated with the provision of Energy Efficiency Measures, including but not limited to the following:
• Identification of opportunities for green technologies and efficiency solutions, and gaps in delivery of services
• Review and Appraisal of Design and Schemes for New Build and Retrofit Housing Projects
• Energy Performance Certificates
• Maintaining Legal Compliance and Achieving Quality Standards
• Services Associated with Renewable Technology measures
• Tenant Consultation and Aftercare
• Staff Training and Awareness
• Maintenance and Monitoring
• Sustainability Options Appraisal and Services
• Quality Assurance and Continual Improvement Support / SWOT analysis
II.1.6)Common Procurement Vocabulary:
45320000 - Insulation work.
09323000 - District heating.
44621220 - Central-heating boilers.
45441000 - Glazing work.
45232141 - Heating works.
45331100 - Central-heating installation work.
44622000 - Heat-recovery systems.
42511110 - Heat pumps.
09331200 - Solar photovoltaic modules.
31712331 - Photovoltaic cells.
45251160 - Wind-power installation works.
45251120 - Hydro-electric plant construction work.
71314300 - Energy-efficiency consultancy services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: One or more lots
II.1.9)Information about variants:
Variants will be accepted: Yes
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
See information on Framework Agreement
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 48 (from the award of the contract)
Information About Lots
Lot No: 1
Title: Insulation and Associated Work
1)Short Description:
Internal wall insulation, external wall insulation, cavity wall insulation, loft insulation and other insulation measures listed in the Energy Companies Obligation Measures Table.
2)Common Procurement Vocabulary:
45320000 - Insulation work.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
Companies must indicate in their PQQ response which works they are capable of delivering.
Lot No: 2
Title: Heating and Associated Work
1)Short Description:
Boiler replacements, qualifying boiler repairs, electric storage heaters, warm air units, heating controls, heat recovery systems, district heating and other heating measures listed in the Energy Companies Obligation Measures Table.
2)Common Procurement Vocabulary:
45232141 - Heating works.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
Companies must indicate in their PQQ response which works they are capable of delivering.
Lot No: 3
Title: Micro Generation and Associated Work
1)Short Description:
Air source heat pumps, ground source heat pumps, biomass boilers, photovoltaics, and other micro generation measures listed in the Energy Company Obligation Measures Table.
2)Common Procurement Vocabulary:
09331200 - Solar photovoltaic modules.
31712331 - Photovoltaic cells.
42511110 - Heat pumps.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
Companies must indicate in their PQQ response which works they are capable of delivering.
Lot No: 4
Title: Associated Professional Services
1)Short Description:
Professional Services associated with the provision of Energy Efficiency Measures projects.
2)Common Procurement Vocabulary:
71314300 - Energy-efficiency consultancy services.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
Companies should indicate in their PQQ submission which services they are capable of delivering.
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
Please refer to the PQQ documents
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Please refer to the PQQ documents
III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 12 and maximum number: 32
Objective Criteria for choosing the limited number of candidates:
Please refer to the PQQ documents
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: FAB/ECO/13
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 09/09/2013
Time: 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
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, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Middlesbrough:-Insulation-work./HM73G883V4
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/HM73G883V4
GO-201389-PRO-5026158 TKR-201389-PRO-5026157
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: Fabrick Housing Group will incorporate a minimum 10 day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Should such additional information be required, please contact the person cited in paragraph 1.1 of this form.
If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations (SI 2006 no 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (within 3 months from the time the aggrieved party knew, or ought to have known, about the alleged breach).
Where a contract has not been entered into the court may order the setting aside of the award decision, or order the Contracting Authority to amend any document and may award damages. If the contract has been entered in to the court may order the setting aside of the contract, may award damages and impose a financial penalty on the Contracting Authority. Damages may also be available to any of the parties involved. The purpose of the standstill period referred to above is to allow parties the opportunity to challenge the award decision made by the Contracting Authority and, where appropriate, issue proceedings against the Contracting Authority which shall have the effect of automatically suspending the contract award procedure until the proceedings have been concluded.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Fabrick Housing Group
2 Hudson Quay, Windward Way, Middlesbrough, TS2 1QG, United Kingdom
Tel. +44 1642773600
VI.5) Date Of Dispatch Of This Notice: 09/08/2013
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
Erimus Housing / Tees Valley Housing
2 Hudson Quay, Windward Way, Middlesbrough, TS2 1QG, United Kingdom
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Middlesbrough: Insulation work.
I.1)Name, Addresses and Contact Point(s):
Fabrick Housing Group
2 Hudson Quay, Windward Way, Middlesbrough, TS2 1QG, United Kingdom
Tel. +44 1642773600, Email: procurement@fabrickgroup.co.uk, URL: www.fabrickgroup.co.uk, URL: www.fabrickgroup.co.uk
Attn: Jenny Swainson
Electronic Access URL: www.delta-esourcing.com
Electronic Submission URL: www.delta-esourcing.com
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Housing and community amenities
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Energy Efficiency Measures Framework
II.1.2)Type of contract and location of works:
WORKS
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
Region Codes: UK - UNITED KINGDOM
II.1.3)Information about a framework or a dynamic purchasing system:
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s):
Insulation work. District heating. Central-heating boilers. Glazing work. Heating works. Central-heating installation work. Heat-recovery systems. Heat pumps. Solar photovoltaic modules. Photovoltaic cells. Wind-power installation works. Hydro-electric plant construction work. Energy-efficiency consultancy services. Fabrick Housing Group was created in 2008 by bringing together two successful Tees Valley based Registered
Social Landlord (RSL) companies; Tees Valley Housing, a traditional housing association and Erimus Housing,
formed from the large scale voluntary transfer of properties from Middlesbrough Council. Norcare, a Newcastle
based charity providing supported housing services to vulnerable people, joined the Group in July 2012.
The partnership means the companies can share regeneration and development expertise, resources, skills and
knowledge to ensure greater efficiencies and enhanced services for all residents. Together, the partners in the
Group manage more than 15,000 homes, from North Tyneside in the north to York in the south, with the majority
of homes in Middlesbrough and Stockton-on-Tees.
Further information is available on the Group’s website www.fabrickgroup.co.uk.
The Group is progressing a merger with Vela Group, made up of Housing Hartlepool and Tristar Homes. Should this merger go ahead, a new Group will be formed from 1st April 2014 and the framework will novate to the new Group company. The subsidiary companies will remain unchanged.
This framework agreement will be accessible by UK Public Sector Bodies – including but not limited to Local
Authorities, Central Government Departments, NHS Bodies and Police & other Emergency Services. The
framework will also be open for use by all other public sector contracting authorities (as defined in Article
1(9) of Directive 2004/18/ EC and implemented by Regulation 3 of the Public Contract Regulations 2006) or
their agents. These include but are not limited to central government departments and their agencies, Non-
Departmental Public Bodies (NDPBs), NHS bodies (including; acute trusts, ambulance trusts, primary care trusts, care
trusts, NHS hospital trusts, strategic health authorities, mental health trusts, special health authorities), Local
Authorities (as defined in Regulation3 (2) to (5) of the Public Contracts Regulations 2006 ('the Regulations'),
Police Authorities (as defined by Regulation 3 (1) (j) to (p) of the Regulations), Emergency Services,
Educational. Establishment (including Schools, Universities, Academies, Colleges of Further Education) and
Registered. Social Landlords who have a need to purchase these services. Please see the following websites
for further details:
http://www.civilservice.gov.uk/about/resources/ndpbs.aspx
http://www.edubase.gov.uk/EstablishmentFind.aspx
http://www.schoolswebdirectory.co.uk/localauthorities.php
http://education.gov.uk.academies/a0069811/map-of-open-academies-and-schools-submitting-applicationshttp://
www.hefce.ac.uk/unicoll/
http://www.police-information.co.uk/police-directory http://www.nhs.uk/ServiceDirectories/Pages/
AcuteTrustListing.aspx
http://www.directgov.uk/en/DI1/Directories/AZOfCentralGovernment/index.htm
http://www.cabinetoffice.gov.uk
http://www.housingcorp.gov.uk/server/show/nav.490
http://www.charity-commission.gov.uk/registeredcharities/first.asp
http://www.buy4wales.co.uk/UsefulResources/contractsframeworks/organisationlist/poaplist-html?cat=14318
http://www.aupo.ac.uk
http://www.bufdg.ac.uk
The Group has awarded a framework agreement to a number of contractors to carry out energy efficiency works (supply and fit) to both domestic and commercial properties, and associated services. The majority of works under the framework will be funded by Energy Companies Obligation (ECO) funding. However, Contracting Authorities may choose to pay a contribution to fund additional works not covered by ECO, or may choose to entirely self fund the works.
The framework is divided in to four lots. The first three lots reflect the types of ECO measure, while the fourth lot provides supporting professional services. Companies were able to bid for one or more lots.
Lot 1 – Insulation and Associated Work
Lot 2 – Heating and Associated Work
Lot 3 – Micro-generation and Associated Work
Lot 4 – Associated Professional Services
For ECO applicable measures covered by lots 1-3 of the framework see a copy of the Ofgem table. Note this document is for information purposes only and currency of applicable measures should be verified at by checking the Energy Companies Obligation (ECO): Guidance for Suppliers found at: Ofgem ECO Information for Suppliers click the “List of Measures” link under the Updates and Additional Information section.
Lots 1-3 will also cover repair and / or improvement work associated with the installation of the measure(s). This could include, but is not limited to roof repairs, canopies, facia, heating repairs or electrical work.
Under lots 1-3, in addition to the supply and installation of the relevant energy efficiency measures, companies will also be required to provide some or all of the following additional associated services to support delivery of Energy Efficiency Measures projects:
• Negotiate the best ECO funding deal with energy companies for Framework Users’ projects (Framework Users may choose to negotiate directly with energy companies).
• Carry out all relevant surveys, including structural surveys which may be intrusive.
• Prepare a detailed specification of the proposed Measures, including the fit design.
• Remove and re-fix relevant internal and / or external fixture and fittings ensuring third party equipment (example: satellite dish, BT lines) is not damaged, signals are not compromised and systems remain intact and fully operational throughout the works.
• If relevant to the scheme, carry out appropriate liaison with the relevant utility companies before removal / disconnection of telephone lines, satellite dishes etc. takes place. Liaison should be carried out before work commences.
• Provide M&E consultancy to the projects.
• Comply with all CDM requirements under Principal Contractor duties CDM 2007. Ensure the project is notified to the HSE before work is started and a construction phase health and safety plan is developed.
• Develop site waste management plans and provide evidence to the Framework User on request that site waste is managed responsibly and recycled or reused where ever possible.
• Carry out tenant consultation and liaison prior to, and throughout the duration of the project. This may include sending letters, making individual appointments, holding consultation events etc.
• Be able to demonstrate how the U value / energy efficiency rating of the property has increased as a result of the work that has been delivered.
• The Framework User will make provision for the Contractor to have access to relevant information such as an asbestos register. The Contractor will be responsible for checking the relevant information before work commences. If the Contractor discovers suspected asbestos containing material, the Contractor must inform the Framework User immediately. The Framework User must arrange for the removal of asbestos, this will not be the responsibility of the Contractor.
• Carry out all required electrical and gas testing at the start and on completion of the works.
• Carry out all required gas testing of appliances that may be affected or disturbed by the works. This should include any required daily testing.
• Make good all properties on completion of the works. This is to include for any decoration or finishes to match existing.
• Allow for building control approval including all fees, registration, inspections and discharge of conditions.
Lot 4 covers a range of Professional Services associated with the provision of Energy Efficiency Measures, including but not limited to the following:
• Identification of opportunities for green technologies and efficiency solutions, and gaps in delivery of services
• Review and Appraisal of Design and Schemes for New Build and Retrofit Housing Projects
• Energy Performance Certificates
• Maintaining Legal Compliance and Achieving Quality Standards
• Services Associated with Renewable Technology measures
• Tenant Consultation and Aftercare
• Staff Training and Awareness
• Maintenance and Monitoring
• Sustainability Options Appraisal and Services
• Quality Assurance and Continual Improvement Support / SWOT analysis
II.1.5)Common procurement vocabulary:
45320000 - Insulation work.
09323000 - District heating.
44621220 - Central-heating boilers.
45441000 - Glazing work.
45232141 - Heating works.
45331100 - Central-heating installation work.
44622000 - Heat-recovery systems.
42511110 - Heat pumps.
09331200 - Solar photovoltaic modules.
31712331 - Photovoltaic cells.
45251160 - Wind-power installation works.
45251120 - Hydro-electric plant construction work.
71314300 - Energy-efficiency consultancy services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 500,000,000
Currency: GBP
Excluding VAT: Yes
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Price - 20
Quality - 80
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: FAB/ECO/13
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2013/S 156 - 271627 of 13/08/2013
Section V: Award Of Contract
1: Award And Contract Value
Contract No: 1
Lot Number: 1
Title: Insulation and Associated Work
Lot Number: 2
Title: Heating and Associated Work
Lot Number: 3
Title: Microgeneration and Associated Work
V.1)Date Of Contract Award: 02/01/2014
V.2) Information About Offers
Number Of Offers Received: 15
Number Of Offers Received By Electronic Means: 15
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Bullock Construction Ltd
Postal address: Icon Building, Balby Carr Bank
Town: Doncaster
Postal code: DN4 5JQ
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
2: Award And Contract Value
Contract No: 2
Lot Number: 1
Title: Insulation and Associated work
Lot Number: 2
Title: Heating and Associated Work
Lot Number: 3
Title: Microgeneration and Associated Work
V.1)Date Of Contract Award: 02/01/2014
V.2) Information About Offers
Number Of Offers Received: 15
Number Of Offers Received By Electronic Means: 15
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Wates Living Space
Postal address: Westcourt, Gelderd Road
Town: Leeds
Postal code: LS12 6DB
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
3: Award And Contract Value
Contract No: 3
Lot Number: 1
Title: Insulation and Associated Work
Lot Number: 2
Title: Heating and Associated Work
Lot Number: 3
Title: Microgeneration and Associated Work
Lot Number: 4
Title: Associated Professional Services
V.1)Date Of Contract Award: 02/01/2014
V.2) Information About Offers
Number Of Offers Received: 15
Number Of Offers Received By Electronic Means: 15
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: GB Building Solutions Ltd
Postal address: Victory House, Balliol Business Park (West)
Town: Newcastle Upon Tyne
Postal code: NE12 8EW
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
4: Award And Contract Value
Contract No: 4
Lot Number: 1
Title: Insulation and Associated Work
Lot Number: 2
Title: Heating and Associated Work
Lot Number: 3
Title: Microgeneration and Associated Work
Lot Number: 4
Title: Associated Professional Services
V.1)Date Of Contract Award: 02/01/2014
V.2) Information About Offers
Number Of Offers Received: 15
Number Of Offers Received By Electronic Means: 15
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Keepmoat Regeneration Limited
Postal address: Merchant House, 12 Merchant Court, Monkton Business Park South
Town: Hebburn
Postal code: NE31 2EX
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
5: Award And Contract Value
Contract No: 5
Lot Number: 1
Title: Insulation and Associated Work
V.1)Date Of Contract Award: 02/01/2014
V.2) Information About Offers
Number Of Offers Received: 15
Number Of Offers Received By Electronic Means: 15
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Sustainable Building Services (UK) Ltd
Postal address: Unit 2B Maple Court, Maple View, White Moss Business Park
Town: Skelmersdale
Postal code: WN8 9TW
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
6: Award And Contract Value
Contract No: 6
Lot Number: 1
Title: Insulation and Associated Work
V.1)Date Of Contract Award: 02/01/2014
V.2) Information About Offers
Number Of Offers Received: 15
Number Of Offers Received By Electronic Means: 15
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Turner Facilities Management Limited
Postal address: 65 Craigton Road
Town: Glasgow
Postal code: G51 3EQ
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
7: Award And Contract Value
Contract No: 7
V.1)Date Of Contract Award: 02/01/2014
V.2) Information About Offers
Number Of Offers Received: 15
Number Of Offers Received By Electronic Means: 15
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: SIG Energy Management
Postal address: 5-6 Park Square, Thorncliffe Park
Town: Sheffield
Postal code: S35 2PH
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
8: Award And Contract Value
Contract No: 8
Lot Number: 1
Title: Insulation and Associated Work
Lot Number: 2
Title: Heating and Associated Work
V.1)Date Of Contract Award: 02/01/2014
V.2) Information About Offers
Number Of Offers Received: 15
Number Of Offers Received By Electronic Means: 15
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Esh Construction Limited
Postal address: Esh House, Bowburn North Industrial Estate, Bowburn
Town: Durham
Postal code: DH6 5PF
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
9: Award And Contract Value
Contract No: 9
V.1)Date Of Contract Award: 02/01/2014
V.2) Information About Offers
Number Of Offers Received: 15
Number Of Offers Received By Electronic Means: 15
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Michael Dyson Associates Ltd
Postal address: West House, Meltham Road, Honley
Town: Holmfirth
Postal code: HD9 6LB
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
10: Award And Contract Value
Contract No: 10
V.1)Date Of Contract Award: 02/01/2014
V.2) Information About Offers
Number Of Offers Received: 15
Number Of Offers Received By Electronic Means: 15
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: ista Energy Solutions Ltd
Postal address: Granta Park, 3 Riverside, Great Abington
Town: Cambridge
Postal code: CB21 6AD
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=85153653
GO-201419-PRO-5378442 TKR-201419-PRO-5378441
VI.3.1)Body responsible for appeal procedures:
Not Provided
VI.3.2)Lodging of appeals: Fabrick Housing Group will incorporate a minimum 10 day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Should such additional information be required, please contact the person cited in paragraph 1.1 of this form.
If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations (SI 2006 no 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (within 3 months from the time the aggrieved party knew, or ought to have known, about the alleged breach).
Where a contract has not been entered into the court may order the setting aside of the award decision, or order the Contracting Authority to amend any document and may award damages. If the contract has been entered in to the court may order the setting aside of the contract, may award damages and impose a financial penalty on the Contracting Authority. Damages may also be available to any of the parties involved. The purpose of the standstill period referred to above is to allow parties the opportunity to challenge the award decision made by the Contracting Authority and, where appropriate, issue proceedings against the Contracting Authority which shall have the effect of automatically suspending the contract award procedure until the proceedings have been concluded.
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Fabrick Housing Group
2 Hudson Quay, Windward Way, Middlesbrough, TS2 1QG, United Kingdom
Tel. +44 1642773600
VI.4)Date Of Dispatch Of This Notice: 09/01/2014
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Erimus Housing, Tees Valley Housing, Housing Hartlepool and Tristar Homes plus and other public body
2 Hudson Quay, Windward Way, Middlesbrough, TS2 1QG, United Kingdom