Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

GLA 81088 — Technical Assistance Team for the London Homes Energy Efficiency Programme

  • First published: 06 November 2018
  • Last modified: 06 November 2018

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Greater London Authority (GLA)
Authority ID:
AA72634
Publication date:
06 November 2018
Deadline date:
04 December 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

About this procurement:

— the Greater London Authority (GLA) and the European Regional Development Fund (ERDF) are co-funding a technical assistance programme to enable housing providers to deploy “deep” energy efficiency retrofit of existing London homes,

— this procurement exercise is being undertaken to appoint a single specialist Service Provider to assume the role of the programme’s Technical Assistance Team,

— working primarily with social landlords, the Service Provider will be expected to deliver:

—— ERDF key performance indicators: the retrofit of 50 homes (resulting in a saving of 124 tonnes of carbon dioxide equivalent [tCO2e] per annum) within the contract period, and

—— GLA key performance indicators: evidence that a further 1 678 homes will be retrofitted during or after the contract period as a direct outcome of the programme’s activity (resulting in an estimated saving of 4,161 tCO2e per annum),

— inline with the Mayor of London’s ambition for London to be a zero carbon city by 2050, this programme will build on the success of the GLA’s previous domestic retrofit programme, RE:NEW, but aim for a deeper level of retrofit and longer-term strategic outcomes through:

—— an average carbon reduction of 60 % across the delivered homes, compared to an average reduction under RE:NEW of less than 25 %,

—— deployment of whole-house/multi-measure retrofits (singular energy efficiency measures, such as loft insulation in isolation, cannot count towards ERDF KPIs),

—— development of self-sustaining business models and finance solutions to make deep retrofit attractive to housing providers,

— the GLA is looking for a service provider with a proven track record of delivery, technical ability and innovation to deliver this exciting and challenging programme, and help to deliver the Mayor’s ambitions for a zero-carbon London.

The appointed service provider’s multi-disciplinary technical assistant team will be providing intensive end-to-end support for housing providers to enable energy efficiency retrofit projects to be identified, developed, financed, procured and successfully implemented.

The team itself will not have an active role in the installation of retrofits themselves but must ensure they are of an agreed standard to satisfy ERDF and GLA requirements.

The technical assistance will be delivered through four key workstreams:

— technical assistance for deep-retrofit — builds on the engagement model undertaken through RE:NEW, but focusing on delivering projects through innovative approaches, new methods of construction and technologies (including net zero-energy retrofitting), in order to achieve deeper retrofit and enhanced carbon savings per household,

— unlocking finance and funding — involves identifying and actively developing funding and financing opportunities to enable local authorities, social housing providers and other suitable organisations to take forward deep energy efficiency housing retrofit projects,

— supporting the roll-out of new and innovative delivery mechanisms — focusses on supporting the roll-out of new home energy efficiency delivery mechanisms in London to ensure that deeper and “hard-to-treat” energy efficiency retrofit is undertaken,

— piloting area-based retrofit schemes — focusses on developing and piloting a package of assistance to support energy efficiency retrofit in mixed-tenure areas.

The appointed team skills will encompass a range of technical and professional abilities, including: an ability to form productive relationships with housing partners, technical skills to assess housing stock and develop innovative deep-retrofit solutions, knowledge of the finance sector and the ability to develop news routes to financing retrofit and the vision to create solutions which enable deep-retrofit to be rolled out in areas comprising social rent, private rent and owner occupied housing.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Greater London Authority (GLA)

City Hall, The Queen's Walk

London

SE1 2AA

UK

Contact person: Mrs Claudia Newman

Telephone: +44 2030540751

E-mail: claudianewman.CPT@tfl.gov.uk

NUTS: UK

Internet address(es)

Main address: https://tfl.gov.uk

Address of the buyer profile: http://eprocurement.tfl.gov.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com


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

GLA 81088 — Technical Assistance Team for the London Homes Energy Efficiency Programme

Reference number: DN361772

II.1.2) Main CPV code

71000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This procurement process is being conducted under the Restricted Procedure pursuant to Regulation 28 of the Public Contracts Regulations as amended (“PCR 2015”). The procurement process for the GLA 81088 — Technical Assistance Team for the London Homes Energy Efficiency Programme is being managed by Transport for London (TfL) on behalf of the Greater London Authority (GLA) the “Contracting Authority” and the services will be jointly funded by the GLA and the European Regional Development Fund (ERDF)/European Structural and Investment Funds (ESIF).

The Contracting Authority is looking for a Service Provider with a proven track record of delivery, technical ability and innovation to deliver this exciting and challenging programme, and help to deliver the Mayor’s ambitions for a zero-carbon London.

Please refer to II.2.4. Description of the procurement About this procurement.

II.1.5) Estimated total value

Value excluding VAT: 3 400 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71000000

71300000

71310000

71314200

71314300

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Greater London.

II.2.4) Description of the procurement

About this procurement:

— the Greater London Authority (GLA) and the European Regional Development Fund (ERDF) are co-funding a technical assistance programme to enable housing providers to deploy “deep” energy efficiency retrofit of existing London homes,

— this procurement exercise is being undertaken to appoint a single specialist Service Provider to assume the role of the programme’s Technical Assistance Team,

— working primarily with social landlords, the Service Provider will be expected to deliver:

—— ERDF key performance indicators: the retrofit of 50 homes (resulting in a saving of 124 tonnes of carbon dioxide equivalent [tCO2e] per annum) within the contract period, and

—— GLA key performance indicators: evidence that a further 1 678 homes will be retrofitted during or after the contract period as a direct outcome of the programme’s activity (resulting in an estimated saving of 4,161 tCO2e per annum),

— inline with the Mayor of London’s ambition for London to be a zero carbon city by 2050, this programme will build on the success of the GLA’s previous domestic retrofit programme, RE:NEW, but aim for a deeper level of retrofit and longer-term strategic outcomes through:

—— an average carbon reduction of 60 % across the delivered homes, compared to an average reduction under RE:NEW of less than 25 %,

—— deployment of whole-house/multi-measure retrofits (singular energy efficiency measures, such as loft insulation in isolation, cannot count towards ERDF KPIs),

—— development of self-sustaining business models and finance solutions to make deep retrofit attractive to housing providers,

— the GLA is looking for a service provider with a proven track record of delivery, technical ability and innovation to deliver this exciting and challenging programme, and help to deliver the Mayor’s ambitions for a zero-carbon London.

The appointed service provider’s multi-disciplinary technical assistant team will be providing intensive end-to-end support for housing providers to enable energy efficiency retrofit projects to be identified, developed, financed, procured and successfully implemented.

The team itself will not have an active role in the installation of retrofits themselves but must ensure they are of an agreed standard to satisfy ERDF and GLA requirements.

The technical assistance will be delivered through four key workstreams:

— technical assistance for deep-retrofit — builds on the engagement model undertaken through RE:NEW, but focusing on delivering projects through innovative approaches, new methods of construction and technologies (including net zero-energy retrofitting), in order to achieve deeper retrofit and enhanced carbon savings per household,

— unlocking finance and funding — involves identifying and actively developing funding and financing opportunities to enable local authorities, social housing providers and other suitable organisations to take forward deep energy efficiency housing retrofit projects,

— supporting the roll-out of new and innovative delivery mechanisms — focusses on supporting the roll-out of new home energy efficiency delivery mechanisms in London to ensure that deeper and “hard-to-treat” energy efficiency retrofit is undertaken,

— piloting area-based retrofit schemes — focusses on developing and piloting a package of assistance to support energy efficiency retrofit in mixed-tenure areas.

The appointed team skills will encompass a range of technical and professional abilities, including: an ability to form productive relationships with housing partners, technical skills to assess housing stock and develop innovative deep-retrofit solutions, knowledge of the finance sector and the ability to develop news routes to financing retrofit and the vision to create solutions which enable deep-retrofit to be rolled out in areas comprising social rent, private rent and owner occupied housing.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality — proposed methodology and delivery strategy / Weighting: 25

Quality criterion: Quality — proposed team — key knowledge and competencies / Weighting: 15

Quality criterion: Quality — proposed approach to meeting the key performance indicators / Weighting: 15

Quality criterion: Quality — proposed programme management / Weighting: 15

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

The Authority has an option, exercisable at its sole discretion, to extend the duration of the Contract for a further period or periods up to a total of 24 months by notice in writing to the service provider provided that such notice is served at least 1 month prior to the expiry of the initial duration of the contract or the expiry of any previous extension, if later.

II.2.9) Information about the limits on the number of candidates to be invited

Objective criteria for choosing the limited number of candidates:

This procurement process is being conducted under the Restricted Procedure pursuant to Regulation 28 of the Public Contracts Regulations as amended (“PCR 2015”).

The restricted procedure comprises 2 stages: selection stage and Invitation to Tender stage. At the selection stage a Standard Selection Questionnaire (SSQ) will be used in line with the Public Procurement Regulations 2015 European Single Procurement Document (ESPD) (Regulation 59).

Project specific and technical and professional ability questions will form part of the SSQ and will be scored out of 100 %.

The Contracting Authority intends to invite up to five (5) highest scoring applicants that passed the SSQ Part 1 (Supplier Information), Part 2 (Exclusion Grounds) and Part 3 (Supplier Selection) to participate in the ITT Stage.

Please note: In the event that more than one applicant achieves the same total score for the fifth place, all applicants with this same total score that passed the SSQ Part 1 (supplier information), Part 2 (exclusion grounds) and Part 3 (supplier selection) will also be selected to participate in the ITT Stage.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The Authority has an option, exercisable at its sole discretion, to extend the duration of the Contract for a further period or periods up to a total of 24 months by notice in writing to the service provider provided that such notice is served at least one month prior to the expiry of the initial duration of the Contract or the expiry of any previous extension, if later.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

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.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

In the procurement documents.

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted 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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2018/S 162-371561

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 04/12/2018

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 17/12/2018

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)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

Transfer of Undertakings (Protection of Employment) (TUPE):

The Transfer of Undertakings (Protection of Employment) Regulations 2006 may apply to the Contract. It is the responsibility of potential service providers to take their own advice and consider TUPE implications and to act accordingly. The potential service providers are encouraged to carry out their own due diligence exercise. The Contracting Authority will be providing the information provided by the current service provider in good faith.

The Contracting Authority will not be able to warrant the accuracy or completeness of this information and will not bear any liability for any inaccuracy or incompleteness.

The procurement process is to be conducted in accordance with the restricted procedure, under Directive 2014/24/EU (public) on the award of public sector contracts, as implemented in the UK by the Public Contracts Regulations 2015.

This procurement is also to be conducted in accordance with the Contracting Authority’s drive to deliver best value whilst meeting its own requirements. At the end of this procurement process, the Contracting Authority may choose to award a contract.

The award criteria have been developed to assist the Contracting Authority in deciding which tender represents the most economically advantageous tender based on Quality 70 % and Price 30 % broken down provided in II.2.5

Further to II.2.7 any extension will be at the Authority’s sole discretion and subject to the appointed Service Provider’s satisfactory performance and availability of funds.

The total estimated value of the three-year contract period is 2 723 374 GBP.

A total of 3 404 218 GBP will be available therefore a bonus of up to 20 % will be available to reward the appointed service provider for achieving the strict Key Performance Indicators (KPIs) within the 3-year contract period as specified in the procurement documents.

Expressions of interest:

The procurement process is being carried out electronically via the TfL’s eTendering portal: ProContract from ProActis, “the Portal”.

Link: https://procontract.due-north.com

Interested suppliers are required to express their interest in this opportunity via the Portal as soon as possible and submit their completed Standard Selection Questionnaire (SSQ) by the specified deadline. Late SSQ submissions will not be accepted.

Any requests for clarification regarding this procurement must be submitted by the specified deadline via the Portal: https://procontract.due-north.com

Please do not contact any TfL or GLA employees directly throughout the procurement process as it is imperative that the process remains fair and transparent to all applicants. Failure to comply may result in your submission being rejected by us.

Any clarifications regarding this procurement must be submitted to the Procurement Lead via the Portal. Guidance on how to use the Portal is available on the front-page: https://procontract.due-north.com

For any additional guidance and help on how to use the Portal please contact the Portal’s Supplier HelpDesk which is available by email to: ProContractSuppliers@ProActis.com

VI.4) Procedures for review

VI.4.1) Review body

HM Courts and Tribunal Service

The Strand

London

WC2A 2LL

UK

Telephone: +44 207947000

Internet address(es)

URL: https://www.gov.uk/government/organisations/hm-courts-and-tribunals-service

VI.4.4) Service from which information about the review procedure may be obtained

Transport for London

55 Broadway

London

SW1H 0BD

UK

Telephone: +44 2030540751

E-mail: claudianewman.CPT@tfl.gov.uk

VI.5) Date of dispatch of this notice

02/11/2018

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71310000 Consultative engineering and construction services Engineering services
71314300 Energy-efficiency consultancy services Energy and related services
71314200 Energy-management services Energy and related services
71300000 Engineering services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
claudianewman.CPT@tfl.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.