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