Contract notice
Section I: Contracting
authority
I.1) Name and addresses
SALIX FINANCE LTD
05068355
10 South Colonnade Canary Wharf
LONDON
E144PU
UK
Contact person: Salix Finance - Procurement Office
E-mail: procurement@salixfinance.co.uk
NUTS: UKI42
Internet address(es)
Main address: https://atamis-salix.my.site.com/login
Address of the buyer profile: https://atamis-salix.my.site.com/login
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://atamis-salix.my.site.com/login
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://atamis-salix.my.site.com/login
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Building Decarbonisation Advisory Services
II.1.2) Main CPV code
71000000
II.1.3) Type of contract
Services
II.1.4) Short description
This is a tender split into two lots, primarily formed of the assessment of applications for grant funding for decarbonisation works. This is Lot 1 - Application Assessment and Advisory Services.
Salix Finance are also required to audit the completed works that have been completed after being allocated funding. This is Lot 2 - Audit of Completed Decarbonisation Works.
II.1.5) Estimated total value
Value excluding VAT:
8 000 000.00
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: 2
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 Application Assessment and Advisory Services
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Primarily remote, desktop-based but may involve some travel to the site or the Salix Finance offices in London Canary Wharf or Manchester Piccadilly Place.
II.2.4) Description of the procurement
This will primarily involve assessing applications for grant funding for decarbonisation works. When funding is released, the requirement for this will increase significantly, and suppliers must have the capacity to react as and when required. There will also be secondary necessary services in the form of training and providing feedback to improve the internal Salix Finance team. Six suppliers will be awarded to Lot 1 in the format of a preferred supplier list. Successful suppliers will be ranked with the highest ranked being given a higher percentage of hours available which is dependent upon the amount of funding available from the funding partner, and number of applications to assess. See below the allocation structure:
Position Percentage of Hours Allocated
1 Up to 25%
2 Up to 20%
3 Up to 20%
4 Up to 15%
5 Up to 10%
6 Up to 10%
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:
6 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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:
Yes
Description of options:
Salix reserve the right to extend for two twelve months extensions dependent upon partner funding and performance against KPIs.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Audi of Completed Decarbonisation Works
II.2.2) Additional CPV code(s)
71631000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
The audit team will be required to potentially attend any completed site that has been allocated funding, this could be anywhere within the UK.
II.2.4) Description of the procurement
Ensure that grant recipients have delivered on the project scope as approved by Salix, that the projects align with the funding scheme requirements, and that they meet the expected technical and performance/quality standards.
These could be in the format of three different types of audit:
• In-Cycle Audits: The internal audit team requests external auditors to perform technical audits during the project's lifecycle. These audits focus on verifying technical compliance, evaluating progress against milestones reported to Salix, and identifying potential risks or issues.
• Post-Completion Audits: After the project is completed, external auditors conduct thorough technical audits to ensure that all objectives have been met and that the project aligns with the approved scope and funding requirements.
• Joint Site Visits: In some cases, joint site visits are conducted by both the internal audit team and external auditors to further collaborative working relationships with the external auditors.
Lot 2 will have three suppliers allocated to it, also in the format of a preferred supplier list. Audit work will be allocated dependent upon geographical availability and capacity but the annual allocation will be as below:
Position Percentage of Hours Allocated
1 Up to 33.33%
2 Up to 33.33%
3 Up to 33.33%
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:
1 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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:
Yes
Description of options:
Salix reserve the option to extend for two twelve month periods dependent upon grant funding and performance against KPIs. (Key performance indicators)
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
17/04/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
17/04/2025
Local time: 12:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Salix Finance Ltd
London
UK
VI.5) Date of dispatch of this notice
20/02/2025