Communities & Housing Investment Consortium (CHIC) : CHIC Wales Optimised Retrofit Installations DPS 2022

  Communities & Housing Investment Consortium (CHIC) is using Delta eSourcing to run this tender exercise

Notice Summary
Title: CHIC Wales Optimised Retrofit Installations DPS 2022
Notice type: Contract Notice
Authority: Communities & Housing Investment Consortium (CHIC)
Nature of contract: Works
Procedure: Restricted
Short Description: Communities & Housing Investment Consortium (CHIC), is seeking to develop a Dynamic Purchasing System (DPS) of Bidders of Domestic Energy Efficiency Retrofit Installation Services who are able to work in partnership with CHIC and its Welsh Clients to develop Energy efficiency solutions to homes within the Welsh geographical regions. The Optimised Retrofit project will see homes across Wales made more energy-efficient. The process will develop a solution that does not presently exist in the market and provide an effective route to market for pipeline projects from Housing Providers and develop a robust supply chain to deliver net zero energy (NZE) solutions. The process of retrofitting these pathway homes will enable the trial and refinement of the digital tools required to enable the decarbonisation of homes across Wales, as well as help build the skills and training needed to underpin this.
Published: 13/01/2022 16:03
This opportunity is currently OPEN. To respond to the opportunity, please click Register Interest and follow the on-screen instructions.

View Full Notice

UK-Birmingham: Environmental improvement works.
Section I: Contracting Authority
      I.1) Name and addresses
             Communities and Housing Investment Consortium Limited ("CHIC"), United Kingdom
             84 Spencer Street, Birmingham, B18 6DS, United Kingdom
             Tel. +44 1217599990, Email: tenders@chicltd.co.uk
             Contact: S J Domican
             Main Address: https://www.chicltd.co.uk/, Address of the buyer profile: https://www.chicltd.co.uk/
             NUTS Code: UKG31
      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: Yes.
      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-Birmingham:-Environmental-improvement-works./893D83KK8J
      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-title/893D83KK8J 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: https://www.delta-esourcing.com/tenders/UK-title/893D83KK8J
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: CHIC Wales Optimised Retrofit Installations DPS 2022       
      Reference Number: 647848114
      II.1.2) Main CPV Code:
      45262640 - Environmental improvement works.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Communities & Housing Investment Consortium (CHIC), is seeking to develop a Dynamic Purchasing System (DPS) of Bidders of Domestic Energy Efficiency Retrofit Installation Services who are able to work in partnership with CHIC and its Welsh Clients to develop Energy efficiency solutions to homes within the Welsh geographical regions. The Optimised Retrofit project will see homes across Wales made more energy-efficient. The process will develop a solution that does not presently exist in the market and provide an effective route to market for pipeline projects from Housing Providers and develop a robust supply chain to deliver net zero energy (NZE) solutions.

The process of retrofitting these pathway homes will enable the trial and refinement of the digital tools required to enable the decarbonisation of homes across Wales, as well as help build the skills and training needed to underpin this.       
      II.1.5) Estimated total value:
      Value excluding VAT: 2,500,000,000       
      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: Not provided
      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: LOT 1 - Building Fabric       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      45321000 - Thermal insulation work.
      71313430 - Environmental indicators analysis for construction.
      45320000 - Insulation work.
      45261410 - Roof insulation work.
      45210000 - Building construction work.
      45211000 - Construction work for multi-dwelling buildings and individual houses.
      45223200 - Structural works.
      71315200 - Building consultancy services.
      71314200 - Energy-management services.
      71000000 - Architectural, construction, engineering and inspection services.
      71314300 - Energy-efficiency consultancy services.
      
      II.2.3) Place of performance:
      UKL WALES
      
      II.2.4) Description of procurement: This lot follows a “fabric first” approach and prioritises improvement of the thermal properties of the building fabric
through the use of high levels of thermal insulation, including cavity wall, internal and external wall insulation, floor and roof insulation and airtightness which may include replacement of windows and external doors thereby cutting heating costs, energy use and CO2
emissions while improving comfort, health and safety of properties. Works may therefore also include upgrades for building safety requirements in respect of fire and structural risk which may become relevant in the overall evaluation and inspection of the property. A range of measures is then employed to increase the efficiency of various systems (e.g. heating and hot water, lighting and electrical appliances) available through the relevant lots of this DPS.
      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: 500,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 96       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/893D83KK8J       
II.2) Description Lot No. 2
      
      II.2.1) Title: LOT 2 - Electrical Services and Renewables       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      09300000 - Electricity, heating, solar and nuclear energy.
      09330000 - Solar energy.
      09331000 - Solar panels.
      09331200 - Solar photovoltaic modules.
      45261215 - Solar panel roof-covering work.
      31100000 - Electric motors, generators and transformers.
      31158100 - Battery chargers.
      45310000 - Electrical installation work.
      50711000 - Repair and maintenance services of electrical building installations.
      71315200 - Building consultancy services.
      71314200 - Energy-management services.
      71000000 - Architectural, construction, engineering and inspection services.
      71314300 - Energy-efficiency consultancy services.
      
      II.2.3) Place of performance:
      UKL WALES
      
      II.2.4) Description of procurement: This lot focuses on reusing, refurbishing, recycling, and renewing electrical distribution equipment, improvement of lighting and electrical appliances, solar thermal and photovoltaic solutions and building management systems (BMS) that manage and control the mechanical and electrical services of buildings, thereby cutting running costs, energy use and CO2 emissions while improving comfort, health and safety of properties. Works may therefore also include upgrades for building safety requirements in respect of fire and structural risk which may become relevant in the overall evaluation and inspection of the property. Categories within this lot cover design, installation and maintenance associated with technologies adopted for a fully compliant and functioning system. A range of complementary measures can be employed to increase the efficiency of various systems available through the relevant lots of this DPS.
      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: 500,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 96       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/893D83KK8J       
II.2) Description Lot No. 3
      
      II.2.1) Title: LOT 3 - Mechanical Services [Heating and Renewables]       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      09300000 - Electricity, heating, solar and nuclear energy.
      39715000 - Water heaters and heating for buildings; plumbing equipment.
      45331000 - Heating, ventilation and air-conditioning installation work.
      50720000 - Repair and maintenance services of central heating.
      50721000 - Commissioning of heating installations.
      71321200 - Heating-system design services.
      39721000 - Domestic cooking or heating equipment.
      42511110 - Heat pumps.
      45259300 - Heating-plant repair and maintenance work.
      35111500 - Fire suppression system.
      45351000 - Mechanical engineering installation works.
      50712000 - Repair and maintenance services of mechanical building installations.
      71315200 - Building consultancy services.
      71314200 - Energy-management services.
      71000000 - Architectural, construction, engineering and inspection services.
      71314300 - Energy-efficiency consultancy services.
      
      II.2.3) Place of performance:
      UKL WALES
      
      II.2.4) Description of procurement: This Lot will include suppliers who can provide participating authorities with access to a range of heating and/or renewable technologies. Suppliers may be technology specific or offer a range of heating and renewable technologies. This lot includes complementary technologies that optimise and enhance the benefits of the solution, e.g. voltage optimisation and building management systems (BMS) that manage and control the mechanical and electrical services of buildings, thereby cutting running costs, energy use and CO2 emissions while improving comfort, health and safety of properties. Works may therefore also include upgrades for building safety requirements in respect of fire and structural risk which may become relevant in the overall evaluation and inspection of the property. Categories within this lot cover design, installation and maintenance associated with technologies adopted for a fully compliant and functioning system. A range of complementary measures can be employed to increase the efficiency of various systems available through the relevant lots of this DPS.
      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: 500,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 96       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/893D83KK8J       
II.2) Description Lot No. 4
      
      II.2.1) Title: LOT 4 - Mechanical Services [Ventilation]       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      45331200 - Ventilation and air-conditioning installation work.
      45331210 - Ventilation installation work.
      45259000 - Repair and maintenance of plant.
      45259300 - Heating-plant repair and maintenance work.
      45350000 - Mechanical installations.
      45351000 - Mechanical engineering installation works.
      50712000 - Repair and maintenance services of mechanical building installations.
      71315200 - Building consultancy services.
      71314200 - Energy-management services.
      71314300 - Energy-efficiency consultancy services.
      71000000 - Architectural, construction, engineering and inspection services.
      
      II.2.3) Place of performance:
      UKL WALES
      
      II.2.4) Description of procurement: This lot focuses on provision of good indoor air quality and reduction of surface condensation through retrofit ventilation systems to improve whole-dwelling improvement to include building management systems (BMS) that manage and control the mechanical and electrical services of buildings, thereby cutting running costs, energy use and CO2 emissions while improving comfort, health and safety of properties. Works may therefore also include upgrades for building safety requirements in respect of fire and structural risk which may become relevant in the overall evaluation and inspection of the property. Categories within this lot cover design, installation and maintenance associated with technologies adopted for a fully compliant and functioning system. A range of complementary measures can be employed to increase the efficiency of various systems available through the relevant lots of this DPS.
      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: 250,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 96       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/893D83KK8J       
II.2) Description Lot No. 5
      
      II.2.1) Title: LOT 5 - One-Stop Solution [All-encompassing technologies].       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      09300000 - Electricity, heating, solar and nuclear energy.
      09330000 - Solar energy.
      71314200 - Energy-management services.
      71314300 - Energy-efficiency consultancy services.
      31100000 - Electric motors, generators and transformers.
      45320000 - Insulation work.
      45262640 - Environmental improvement works.
      45000000 - Construction work.
      45210000 - Building construction work.
      45211000 - Construction work for multi-dwelling buildings and individual houses.
      71315200 - Building consultancy services.
      71000000 - Architectural, construction, engineering and inspection services.
      
      II.2.3) Place of performance:
      UKL WALES
      
      II.2.4) Description of procurement: This Lot covers all-encompassing technologies and will include suppliers who can provide a holistic solution, including but not limited to the technologies covered in all other lots for participating authorities through the provision of a variety of low/zero carbon technologies. This will enable organisations to reduce carbon emissions via a one stop solution and include consultancy services for advice, assessment, design, and co-ordination for installation, commissioning and maintenance of technologies and building management systems (BMS) that manage and control solutions adopted for a fully compliant and functioning system, thereby cutting running costs, energy use and CO2 emissions while improving comfort, health and safety of properties. Works may therefore also include upgrades for building safety requirements in respect of fire and structural risk which may become relevant in the overall inspection and evaluation of the property. A range of complementary measures can therefore be employed to increase the efficiency of various systems available and overall building safety.
      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: 750,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 96       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/893D83KK8J       


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.2.2) 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 RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system       
         The dynamic purchasing system might be used by additional purchasers           
         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: 15/02/2022 Time: 15:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English, Welsh,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

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 No       
   Electronic payment will be used 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Environmental-improvement-works./893D83KK8J

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/893D83KK8J
   VI.4) Procedures for review
   VI.4.1) Review body:
             The High Court, Royal Courts of Justice
       Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
       Tel. +44 2079476000
       Internet address: https://theroyalcourtsofjustice.com/
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    If a supplier has failed the exclusion stage, it can reapply if the mandatory or discretionary exclusionary periods had ended, or if the supplier has self-cleaned. If the supplier does not meet the DPS selection criteria, it can reapply if its circumstances changed, for example if it had newly available skills, experience, or if something else which would change its answers to the selection criteria had occurred.    
   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: 13/01/2022

Annex A


View any Notice Addenda

View Award Notice