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 |
View Full Notice
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