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 81353 — Programme Delivery Unit for the Retrofit Accelerator — Workplaces

  • First published: 19 November 2019
  • Last modified: 19 November 2019

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:
19 November 2019
Deadline date:
17 December 2019
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 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.

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: Miss Nicole Hackshaw

E-mail: nicolehackshaw@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 81353 — Programme Delivery Unit for the Retrofit Accelerator — Workplaces

Reference number: DN428966

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 81353 — Programme Delivery Unit for the Retrofit Accelerator — workplaces 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).

The Contracting Authority is looking to appoint a Service provider to be the Programme Delivery Unit (PDU) of the Retrofit Accelerator — workplaces programme, currently known as RE:FIT (please refer to VI.3) Additional information), to deliver this award winning programme on behalf of the GLA in the capital.

Please refer to II.2.4) Description of the procurement about this procurement.

II.1.5) Estimated total value

Value excluding VAT: 3 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

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).

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: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2019/S 163-400602

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

Date: 17/12/2019

Local time: 14:00

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

Date: 13/01/2020

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

Please note: this was previously known as RE:FIT London Programme Delivery Unit and is undergoing a name change from RE:FIT London Programme Delivery Unit to Programme Delivery Unit for the Retrofit Accelerator — workplaces. The RE:FIT London Programme is also undergoing a name change from RE:FIT to Retrofit Accelerator – workplaces. The national framework of ESCos will retain its name of RE:FIT.

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 contracting authority’s sole discretion and subject to the appointed service provider’s satisfactory performance and availability of funds.

The total estimated value of the 30-month contract period is up to 3 000 000 GBP.

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: mailto:ProContractSuppliers@ProActis.com ?subject=TED

VI.4) Procedures for review

VI.4.1) Review body

HM Courts and Tribunal Service

The Strand

London

WC2A 2LL

UK

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

14 Pier Walk

London

SE10 0ES

UK

E-mail: nicolehackshaw@tfl.gov.uk

VI.5) Date of dispatch of this notice

15/11/2019

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
79410000 Business and management consultancy services Business and management consultancy and related services
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:
nicolehackshaw@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.