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 Award Notice

GLA 81649 – Retrofit Accelerator for Homes: deep retrofit of domestic properties

  • First published: 25 November 2021
  • Last modified: 25 November 2021

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:
25 November 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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 Limited; Home Group Limited; London Borough of Enfield; London Borough of Hammer

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

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://www.london.gov.uk/

Address of the buyer profile: https://www.london.gov.uk/

I.2) Joint procurement

The contract is awarded by a central purchasing body

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.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Lowest offer: 1.00  GBP/ Highest offer: 10 000 000 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

09310000

09320000

09330000

24962000

31000000

38550000

38551000

38554000

44111000

44115200

44163000

44175000

44212381

44620000

45211000

45223820

45261215

45262650

45311000

45315000

45321000

45331100

45331110

45421100

50411300

50532000

50710000

50720000

51100000

71300000

71314000

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 Limited; Home Group Limited; 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 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

Quality criterion: Quality is not the only award criterion and all criteria are stated in the procurement documents / Weighting: 70

Price / Weighting:  30

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 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

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:

2020/S 220-541823

IV.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice

Section V: Award of contract

Contract No: GLA 81649

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

11/05/2021

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

ENGIE Regeneration Limited

Q3 Office Quorum Business Park, Benton Lane

Newcastle Upon Tyne

NE12 8EX

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Geoffrey Osborne Ltd

Fonteyn House, 47-49 London Road, Reigate

Surrey

RH2 9PY

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Mi-space (UK) Limited

Midas House, Woodwater Park, Pynes Hill,

Exeter

EX2 5WS

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

United Living (South) Limited

Media House, Azalea Drive, Swanley

Kent

BR8 8HU

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 10 000 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

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.4.2) Body responsible for mediation procedures

Transport for London

5 Endeavour Square

London

E20 1JN

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

TfL incorporated a standstill period from the point information on the award of the Framework was made to tenderers, commencing on 30/04/2021 and ending on 10/05/2021. The standstill period was for 10 calendar days and provided time for tenderers to challenge the award decision before the Framework was entered into. This Notice provides full information on the award decision.

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

Transport for London

5 Endeavour Square

London

E20 1JN

UK

VI.5) Date of dispatch of this notice

24/11/2021

Coding

Commodity categories

ID Title Parent category
45331110 Boiler installation work Heating, ventilation and air-conditioning installation work
44111000 Building materials Construction materials
45331100 Central-heating installation work Heating, ventilation and air-conditioning installation work
44620000 Central-heating radiators and boilers and parts Tanks, reservoirs and containers; central-heating radiators and boilers
44212381 Cladding Structural products and parts except prefabricated buildings
45262650 Cladding works Special trade construction works other than roof works
45211000 Construction work for multi-dwelling buildings and individual houses Building construction work
71500000 Construction-related services Architectural, construction, engineering and inspection services
45315000 Electrical installation work of heating and other electrical building-equipment Electrical installation work
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment
45311000 Electrical wiring and fitting work Electrical installation work
09310000 Electricity Electricity, heating, solar and nuclear energy
38554000 Electricity meters Meters
71314000 Energy and related services Consultative engineering and construction services
38551000 Energy meters Meters
71300000 Engineering services Architectural, construction, engineering and inspection services
45262640 Environmental improvement works Special trade construction works other than roof works
45421100 Installation of doors and windows and related components Joinery work
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
38550000 Meters Checking and testing apparatus
44175000 Panels Plates, sheets, strip and foil related to construction materials
44163000 Pipes and fittings Pipeline, piping, pipes, casing, tubing and related items
44115200 Plumbing and heating materials Building fittings
45223820 Prefabricated units and components Structures construction work
50720000 Repair and maintenance services of central heating Repair and maintenance services of building installations
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment Repair and maintenance services of machinery
50411300 Repair and maintenance services of electricity meters Repair and maintenance services of measuring apparatus
09330000 Solar energy Electricity, heating, solar and nuclear energy
45261215 Solar panel roof-covering work Erection and related works of roof frames and coverings
09320000 Steam, hot water and associated products Electricity, heating, solar and nuclear energy
45321000 Thermal insulation work Insulation work
71400000 Urban planning and landscape architectural services Architectural, construction, engineering and inspection services
24962000 Water-treatment chemicals Various chemical products

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:
TufailAhmed@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.