Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Nottingham City Council
  Loxley House, Station Street
  Nottingham
  NG2 3NG
  UK
  
            E-mail: Sarah.Lake@nottinghamcity.gov.uk
  
            NUTS: UKF
  Internet address(es)
  
              Main address: http://www.nottinghamcity.gov.uk
 
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Advert/Index?advertId=1640251d-a0d5-ef11-8133-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert/Index?advertId=1640251d-a0d5-ef11-8133-005056b64545
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
Energy Efficient Professional Services (CPU 7221)
            Reference number: DN759597
  II.1.2) Main CPV code
  71530000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  Nottingham City Council, as the accountable body for the Midlands Net Zero Hub, is inviting applications from suitably experienced and qualified entities to participate in a DPS covering a range of professional services to support the delivery of energy-efficiency projects.
  This DPS is organised into 11 Categories covering the types of services required:
  • Category 1: Retrofit Coordinator
  • Category 2: Retrofit Assessor
  • Category 3: Retrofit Designer
  • Category 4: Retrofit Evaluator
  • Category 5: All Retrofit Coordination Steps (including EPC Assessment)
  • Category 6: Retrofit project and contract management
  • Category 7: Tenant liaison
  • Category 8: Quality Assurance & Technical Inspection
  • Category 9: Retrofit Consultancy (e.g. Stock Analysis; Client’s Friend; Procurement Review)
  • Category 10: Technical Feasibility for Renewable Energy, Energy Systems, and Heat Decarbonisation
  • Category 11: Building Retrofits, Energy Efficiency, and Community Engagement
  In addition, call-offs may include associated services either where these are necessary to undertake the tasks that are central to the call-off, or where it would be beneficial to the project to have additional tasks carried out by the same consultant and the associated services constitute a small part of the overall call-off.
  Please note, this advert covers the entire estimated lifespan of the DPS.  Applications submitted within the first 30 days of the published advert will be assessed before any tender opportunities are published through the DPS. Applications received after the first 30 days will be assessed thereafter on an ongoing basis.
  II.1.5) Estimated total value
  Value excluding VAT: 
			100 000 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    71540000
    71250000
    II.2.3) Place of performance
    NUTS code:
    UKF
    UKG
    II.2.4) Description of the procurement
    This DPS is being set up and managed by Nottingham City Council acting in its capacity as
    accountable body for the Midlands Net Zero Hub. It is being put in place to give participating authorities a quick, convenient, and compliant solution to appoint contractors to carry out a range of energy efficient retrofit installations. The list of participating authorities who may use the DPS are as follows:
    Midlands Region Local Authorities:
    Area 1 – WMCA (Black Country; Coventry and Warwickshire; Greater Birmingham and
    Solihull)
    Sandwell
    Dudley
    Wolverhampton
    Walsall
    Birmingham
    Solihull
    Coventry
    Stratford-on-Avon
    Warwick
    Nuneaton and Bedworth
    Rugby
    North Warwickshire
    Area 2 – D2N2
    Nottingham
    Derby
    Amber Valley
    Gedling
    Bassetlaw
    Erewash
    Newark and Sherwood
    Chesterfield South
    Broxtowe
    Ashfield
    Rushcliffe
    Derbyshire Dales
    Mansfield
    North East Derbyshire
    High Peak
    Derbyshire
    Bolsover
    Area 3 – Greater Lincolnshire
    East Lindsey
    South Kesteven
    North East Lincolnshire
    North Lincolnshire
    West Lindsey
    South Holland
    North Kesteven
    Lincoln
    Boston
    Rutland
    Area 4 – Leicester & Leicestershire
    Leicester
    Charnwood
    Hinckley and Bosworth
    Harborough
    Blaby
    Melton
    Oadby and Wigston
    North West Leicestershire
    Area 5 – Marches
    Shropshire
    Telford and Wrekin
    Herefordshire, County of
    Area 6 – Stoke-on-Trent & Staffordshire
    Stoke-on-Trent
    East Staffordshire
    Stafford
    Staffordshire Moorlands
    Newcastle-under-Lyme
    South Staffordshire
    Lichfield
    Cannock Chase
    Tamworth
    Area 7 – Worcestershire
    Wychavon
    Malvern Hills
    Wyre Forest
    Worcester
    Bromsgrove
    Redditch
    Other Participating Authorities
    Local Authorities
    https://assets.publishing.service.gov.uk/media/67371541c0b2bbee1a1271ed/List_of_councils_in_England_2023.pdf
    Housing Associations
    Social housing providers registered with the Regulator of Social Housing: (https://www.gov.uk/government/publications/current-registered-providers-of-social-housing)
    Combined Authorities
    https://www.local.gov.uk/topics/devolution/devolution-online-hub/devolution-explained/combined-authorities
    Local Enterprise Partnerships
    https://www.lepnetwork.net/about-leps/the-38-leps/
    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: 
			100 000 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                End:
                22/02/2029
    
                  This contract is subject to renewal: No
                
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
 
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Restricted procedure
                        
  
                    IV.1.3) Information about a framework agreement or a dynamic purchasing system
                  
  
                      The procurement involves the setting up of a dynamic purchasing system
                    
  
                        The dynamic purchasing system might be used by additional purchasers
                      
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              22/02/2029
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.4) Procedures for review
  VI.4.1) Review body
  
    The High Court of England & Wales
    City of Westminster
    WC2A 2LL
    UK
   
 
VI.5) Date of dispatch of this notice
22/01/2025