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: Mr Tufail Ahmed
Telephone: +44 2030549026
E-mail: TufailAhmed@tfl.gov.uk
NUTS: UK
Internet address(es)
Main address: https://tfl.gov.uk
Address of the buyer profile: https://tfl.gov.uk
I.2) Joint procurement
The contract is awarded by a central purchasing body
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
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
GLA 81649 – Retrofit Accelerator for Homes: Deep Retrofit of Domestic Properties
Reference number: DN494001
II.1.2) Main CPV code
45262640
II.1.3) Type of contract
Works
II.1.4) Short description
This procurement process is being managed by Transport for London (‘TfL’) on behalf of the Greater London Authority (‘GLA’).
This process is conducted as an innovation partnership under Regulation 31 of the Public Contracts Regulations 2015.
The GLA has identified the need for an innovative solution that cannot be met by what is available on the market: a scaleable performance assured standard ‘whole house’ net zero energy (‘NZE’) solution for retrofitting homes at an economic price point. This process aims at the development of that innovative solution; and the subsequent purchase of it under a framework agreement, provided that specified performance levels and maximum costs are met.
If successful, the process will:
1) develop a solution that does not presently exist in the market;
2) provide an effective route to market for pipeline projects from Housing Providers (as defined in II.2.4); and
3) develop a robust supply chain to deliver NZE solutions.
II.1.5) Estimated total value
Value excluding VAT:
10 000 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
09310000
09320000
09330000
24962000
31000000
31110000
31121110
31122000
31174000
31200000
38550000
44111000
44115200
44163000
44175000
44212381
44620000
45211000
45223820
45261215
45262650
45311000
45315000
45321000
45331100
45331110
45421100
50411300
50532000
50710000
50720000
51100000
71300000
71400000
71500000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The ‘whole house’ NZE retrofitting of homes referred to in II.1.4) will involve design and installation to meet an outcome-based specification with assured monitored performance. Solutions will require significant improvement in fabric thermal performance, on-site renewable energy generation and heating equipment, as required to achieve annual NZE consumption by some or all of those means. Specified comfort levels have to be achieved with a contractually guaranteed maximum amount of imported grid electricity. Offsite approaches are required, and non-disruptive installation completed in days on-site without residents having to move out. Homes will typically be fully insulated using offsite manufactured integrated fabric solutions, ‘energy pods’ providing low-carbon high efficiency heating and hot water, with PV generation.
This procurement process commences with a supplier selection questionnaire (‘SSQ’) through which a shortlist of 15 suitably qualified bidders will be generated. Those bidders will progress to the ITT stage.
The outcome of the ITT stage of this initial competition will be that (subject to sufficient bidders meeting the stated requirements) 10 providers (‘Solution Providers’) will be identified and selected to appear on a ranking list and participate in the ‘IPP Phase’.
During the IPP Phase, each solution provider appearing on the ranking list will be entitled to develop specific retrofit solutions for defined ‘Schemes’ for Housing Providers (as defined below) in 4 sequential stages (summarised below), subject to meeting the contractual conditions for moving to the next stage. Funding contributions will be made in accordance with the relevant contracts to help pay for such development.
Schemes will be allocated to solution providers in tranches, with the first tranche allocated at the end of the ITT stage.
Those solution providers who performed best in the initial competition will appear at the top of the ranking list and will have priority of choice in selecting the schemes from the first tranche. For further tranches, a detailed contractual allocation process will apply, again using the original ranking list.
For each Scheme, the IPP Phase will involve 4 stages: research and development (design); prototypes (retrofitting of circa 5 to 40 homes); pilot (c. 50 to 100 homes); and commercialise (c. 100 to 250 homes). The precise number of homes will vary between Schemes. Each solution provider will enter into an Innovation Partnership Contract with the relevant Housing Provider covering the 4 stages and the performance criteria and financial terms.
The final element of the process is the ‘Framework Phase’. Solution providers that have successfully completed all 4 stages of the IPP Phase for a scheme will, under a framework agreement, be entitled to bid, through mini-competitions, for further Schemes involving delivery of a works contract to implement the solutions (including capacity and know how) developed during the IPP Phase.
Any in-scope contracting authority (as defined in this notice at VI.3) is entitled to submit a scheme during the IPP Phase and to call-off works contracts during the IPP Phase. A ‘Housing Provider’ is defined by the procurement documents as an in-scope contracting authority that releases a scheme during the IPP Phase and/or framework phase.
The Housing Providers for the first tranche of schemes during the IPP Phase are currently anticipated to be:
• London Borough of Barking and Dagenham;
• London Borough of Ealing;
• London Borough of Haringey;
• London Borough of Sutton/Sutton Housing Partnership; and
• Nottingham City Council/Nottingham City Homes.
It is currently anticipated that Housing Providers for further tranches of Schemes during the IPP Phase may include one, some or all of:
• Bristol City Council;
• City of York Council;
• Great Places Housing Group Ltd;
• Home Group Ltd;
• London Borough of Enfield;
• London Borough of Hammersmith and Fulham;
• London Borough of Lambeth;
• Royal Borough of Kensington and Chelsea; and Sanctuary Housing Association.
For each contract (both during the IPP Phase and for works contracts awarded during the framework phase) the Housing Provider will have the option to appoint the same solution provider to perform maintenance and operation services in respect of the retrofitting that is carried out to the relevant homes.
The duration stated in II.2.7) comprises: up to 3 years for the IPP Phase; a core term of 4 years for the framework agreement; plus an optional extension of up to 3 years (as described in II.2.11).
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:
10 000 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 15
Objective criteria for choosing the limited number of candidates:
Please refer to the SSQ which interested economic operators may obtain as described in VI.3).
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The client has an option, exercisable at its sole discretion, to extend the duration of the framework agreement for a further period or periods up to a total of 36 months by notice in writing to solution providers.
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 GLA has received grant monies to cover initial set up and professional costs from the ERDF in relation to this procurement. However, no payment to the solution provider under any contract that may be awarded under this process is conditional upon ERDF grant being received. The same applies to Housing Providers, who may receive additional grant monies.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Bidders wishing to participate should access the detailed procurement documents referred to in this contract notice, decide on their interest in and capacity and capability for delivering the services and/or works which are the subject matter of this contract notice and complete and submit the SSQ by the deadline date specified in section IV.2.2). Further instructions and guidance are included in the SSQ and other procurement documents.
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
Conditions related to the Innovation Partnership Contract, framework agreement and the form of call-off contract are as stated in the procurement documents.
The performance table details the minimum outcome required to pass assessments.
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
Innovation partnership
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 10
Justification for any framework agreement duration exceeding 4 years: The market lacks capability to realise the ambitious objectives and a solution is not currently available. The duration enables GLA / Solution Providers to embed newly developed solutions, deliver greater cultural alignment and develop skills/resources currently in shortage. The duration also enables: recovery of investment; realisation of standardisation benefit; greater climate change focus/improvement.
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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:
11/12/2020
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
25/01/2021
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:
No
VI.3) Additional information
This contract notice (and the associated procurement documents) are published in good faith. No warranty is given as to the accuracy or completeness of the information contained in it. Any liability for inaccuracy or incompleteness is expressly disclaimed by the GLA and its advisors.
Nothing in this contract notice (nor in the associated procurement documents) will be taken as constituting an offer (whether implied or otherwise) or any agreement, whether express or implied, between the GLA, any other in-scope contracting authority and any other party. The GLA reserves the right to withdraw from, cancel or amend the procurement process and may award innovation partnership contracts and/or framework agreements in whole, in part or not at all as a result of this call for competition with no liability on its part.
Entering into one or more innovation partnership contracts or framework agreements does not guarantee any level of services and/or works will be called-off by the in-scope contracting authorities (defined below). Neither the GLA nor any in-scope contracting authority shall be liable for any costs or expenses incurred by any economic operator in considering and/or responding to the procurement process and/or resulting from any amendment or cancellation of this procurement exercise.
Bidders submit a response to the SSQ at their own risk. All discussions and meetings will be conducted in English.
Tenders and supporting documents must be priced in Pounds Sterling and all payments made under the innovation partnership contract and framework agreement will be in Pounds Sterling.
To express an interest in this tender, bidders need to complete and submit a response to the SSQ by the deadline date in section IV.2.2). To access the procurement documents and complete and submit the SSQ, bidders will need to be registered on the GLA's online eTendering portal. To register or to check if you are already registered log on to https://procontract.due-north.com. Further instructions and guidance are included in the SSQ and other procurement documents.
Bidders must read the instructions carefully before proceeding with registration and are advised to satisfy themselves that they understand all the requirements of the innovation partnership contract, framework agreement and terms of the call-off contract and the rules of the procurement process before submitting their SSQ response. Video tutorials, FAQ’s and help pages are included in the Help Centre ‘Responding to Tenders’ section of the eTendering website (https://supplierhelp.due-north.com/).
For further assistance consult the online help, contact ‘log a ticket’ on the supplier support portal (http:// www.proactis.com/Support) at the first instance. Messages are to be sent to the GLA via the messages area on the portal where support is unresolved.
The innovation partnership contract, framework agreement and call-off contract will include special conditions relating to performance, which may include economic, innovation-related, environmental, social and/or employment-related considerations.
The contracting authorities who may award innovation partnership contracts or who may call-off works contracts under the framework agreement are detailed (and, where applicable, listed) below (‘In-Scope Contracting Authorities’, each an ‘In-Scope Contracting Authority’).
Without limiting that, the in-scope contracting authorities include the GLA, the GLA group and all of its subsidiaries/companies (a list of whom is separately available at https://www.london.gov.uk/about-us/how-we-work-london). As referred to in II.2.4), the in-scope contracting authorities also include:
— London Borough of Barking and Dagenham;
— London Borough of Ealing;
— London Borough of Haringey;
— London Borough of Sutton/Sutton Housing Partnership; and
— Nottingham City Council/Nottingham City Homes, along with Bristol City Council;
— City of York Council;
— Great Places Housing Group Ltd;
— Home Group Ltd;
— London Borough of Enfield;
— London Borough of Hammersmith and Fulham;
— London Borough of Lambeth;
— Royal Borough of Kensington and Chelsea; and
— Sanctuary Housing Association.
In-scope contracting authorities:
Registered social landlords (and any future registered social landlords) in the United Kingdom (UK), current lists of whom are available here:
https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
https://gov.wales/registered-social-landlords
https://www.housingregulator.gov.scot/landlord-performance/landlords http://www.sfha.co.uk/component/option,com_membersdir/Itemid,149/view,membersdir/ https://www.nidirect.gov.uk/contacts/housing-associations
Public Sector departments, agencies, public bodies and non-departmental public body (NDPB) in the UK, lists of whom are available here:
https://www.gov.uk/government/organisations
https://www.nidirect.gov.uk/contacts
http://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies
https://law.gov.wales/constitution-government/government-in-wales/local-gov/local-gov-bodies-wales/?lang=en#/constitution-government/government-in-wales/local-gov/local-gov-bodies-wales/?tab=overview&lang=en
Councils in the UK, a list of whom is available here:
https://www.local.gov.uk/our-support/guidance-and-resources/communications-support/digital-councils/social-media/go-further/a-z-councils-online
https://www.mygov.scot/organisations/#scottish-local-authority
https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland
Higher education establishments in the UK, a list of whom is available here:
https://get-information-schools.service.gov.uk/Establishments/Search?tok=8TWU87y8
https://www.wales.com/en-us/lifestyle/studying/universities-wales
https://www.scotland.org/study/scottish-universities
http://apps.education-ni.gov.uk/appinstitutes/default.aspx
Police Forces in the UK:
http://apccs.police.uk/about-the-apcc/
http://www.scotland.police.uk/your-community/
http://www.psni.police.uk/index.htm
Fire and Rescue Services in the UK:
http://www.fireservice.co.uk/information/ukfrs
http://www.nifrs.org/areas-districts/
http://www.firescotland.gov.uk/your-area.aspx
NHS and Health Care Bodies in the UK:
https://www.nhs.uk/ServiceDirectories/Pages/NHSTrustListing.aspx
https://www.property.nhs.uk/
https://www.scot.nhs.uk/organisations/
http://www.wales.nhs.uk/ourservices/directory
http://online.hscni.net/hospitals/health-and-social-care-trusts/
Hospices in the UK:
https://www.hospiceuk.org/about-hospice-care/find-a-hospice
Third Sector and Charities in the UK:
http://www.charitycommission.gov.uk/find-charities/
https://www.oscr.org.uk/about-charities/search-the-register/charity-register-download
https://www.charitycommissionni.org.uk/charity-search/?pageNumber=1
The in-scope contracting authorities also include: any corporation established, or a group of individuals appointed to act together, for the specific purpose of meeting needs in the general interest, not having an industrial or commercial character, and
(i) financed wholly or mainly by another in-scope contracting authority;
(ii) subject to management supervision by another in-scope contracting authority; or
(iii) more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, are appointed by another in-scope contracting authority;
(iv) an association of or formed by one or more of the in-scope contracting authorities.
In each case, subject to an access agreement signed by all relevant parties.
VI.4) Procedures for review
VI.4.1) Review body
HM Courts and Tribunal Service
The Strand
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with the Public Contracts Regulations 2015 (S.I. 2015/102), Part 3.
Please note that award decision notices (standstill letters) will be issued under Regulation 86 (and a Regulation 87 standstill period will be observed) at the completion of the ITT stage of this initial competition on selection of the bidders to appear on the ranking list. This is the point at which the award decision is taken and at which the competitive procurement process concludes. No further standstill letters will be issued, and there will be no further standstill periods observed, during or at the end of the ‘IPP Phase’, as this is a contractual arrangement governed by the terms of the innovation partnership contracts.
VI.4.4) Service from which information about the review procedure may be obtained
Transport for London
5 Endeavour Square
London
E20 1JN
UK
Telephone: +44 2030549026
E-mail: tufailahmed@tfl.gov.uk
VI.5) Date of dispatch of this notice
06/11/2020