II.2.2) Additional CPV code(s)
71300000
71310000
71314200
71314300
79410000
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 Programme Delivery Unit (PDU) to deliver the services of the Retrofit Accelerator – workplaces programme to support public sector organisations to retrofit their buildings to save energy and carbon by going through the RE:FIT framework,
— this procurement exercise is being undertaken to appoint a single specialist service provider to assume the role of the Programme Delivery Unit.
Working primarily with public sector organisations, the PDU is expected to achieve specific key targets/key performance indicators (KPIs) by the end of the 2 and a half years of the contract. These are detailed in the procurement documents. There are four KPIs:
— energy saved per year in public sector buildings supported by the PDU – this is an ERDF contractual target by 30.9.2022 and the appointed PDU would not start at 0 but at the level achieved by the current PDU by 31.3.202,
— tonnes of carbon saved annually in public sector buildings supported by the PDU – this is an ERDF contractual target by 30 .9.2022 and the appointed PDU would not start at 0 but at the level achieved by the current PDU by 31.3.2020,
— number of new access agreement signed (new London public sector organisations accessing the Retrofit Accelerator — workplaces programme),
— number of buildings supported for retrofit (defined as reaching the detailed design stage (i.e. a final Investment Grade Proposal)).
The objectives of the PDU are:
— to accelerate the delivery of energy, carbon and cost saving retrofit projects for public buildings and assets in London,
— to recruit new organisations to undertake energy saving and generation retrofit projects through the Retrofit Accelerator for workplaces programme using a researched and targeted approach to business development,
— to maintain relationships with organisations who are using or who have previously used the programme, to facilitate further stages of existing retrofit projects and develop and implement new ones,
— to provide end to end support to organisations, enabling them:
—— to access, prepare and procure energy conservation measure (ECM) and energy generation works and/or optimisation services, primarily using an energy performance contracting model through the RE:FIT framework but also through other procurement routes where appropriate;
—— to establish projects that maximise the opportunity for clients and target clients, by linking a range of technical, funding, financing and commercial solutions and through the provision of coaching, training and/or guidance;
—— to establish long term, organisation-wide ECM retrofit programmes.
— to oversee all London projects run through the RE:FIT framework, from project initiation, to the design and delivery of works, to the monitoring and verification (M&V) process,
— to support the GLA and Local Partnerships in the management of the RE:FIT framework of approved energy service companies (ESCos),
— to aggregate, where possible, projects to establish programme level economies of scale for both funding applications and delivery,
— to develop and implement new and innovative approaches in order to overcome barriers to improving the energy efficiency of public sector buildings,
— to provide high quality programme management and reporting, data retention and reporting to both the GLA and ERDF,
— to meet the reporting, publicity, evaluation and relevant capital funding agreement requirements of the ERDF contract, and
— through all the above to ultimately meet the programme’s KPIs.
Separate to the ERDF funding, the successful supplier may be requested to support on working with the GLA to develop a Retrofit Accelerator model/offer for the commercial sector. Further details are available in the procurement documents.
II.2.5) Award criteria
Criteria below:
Quality criterion: Proposed methodology and delivery strategy
/ Weighting: 25
Quality criterion: Proposed team — key knowledge and competencies
/ Weighting: 15
Quality criterion: Proposed approach to meeting the key performance indicators
/ Weighting: 15
Quality criterion: Proposed programme management
/ Weighting: 15
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 30
This contract is subject to renewal: Yes
Description of renewals:
The contracting 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 18 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 1 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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
II.2.14) Additional information
The Programme Delivery Unit for the Retrofit Accelerator — workplaces will be jointly funded by the GLA and The European Regional Development Fund (ERDF).