Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Service Provider to Manage and Deliver an All-Wales Demand-Led Fuel Poverty Scheme (Nest).
Reference number: NPS-PS-0065-16
II.1.2)Main CPV code
70333000
II.1.3)Type of contract
Services
II.1.4)Short description:
Warm Homes Nest is the Welsh Government's all-Wales, demand-led fuel poverty Scheme for residential properties. Warm Homes Nest is managed by a single Service Provider contracted to deliver an end to end service. The service includes the marketing and targeting of customers, provision of a Central Co-ordination Point for customers to access the scheme and receive advice or referrals to other sources of support, and the provision of a Home Energy Efficiency Improvement Service (HEEIS) for eligible customers. The HEEIS service includes confirmation of eligibility, Whole House Assessment to recommend measures, design and installation of measures, post-installation inspection, aftercare, and in-home advice. The Service Provider will be responsible for procuring a local supply chain to deliver the service set out above, including the purchase of all required materials, and recording and maintaining a detailed data source on behalf of the Welsh Government.
II.1.5)Estimated total value
Value excluding VAT: 100 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
71314300
45300000
45400000
II.2.3)Place of performance
NUTS code: UKL
Main site or place of performance:
II.2.4)Description of the procurement:
Warm Homes Nest is managed by a single Service Provider Contracted to deliver an end to end service. The service includes the marketing and targeting of Customers, provision of a Central Co-ordination Point for Customers to access the Scheme and receive advice or Referrals to other sources of support, and the provision of a Home Energy Efficiency Improvement Service (HEEIS) for eligible Customers. The HEEIS service includes confirmation of eligibility, Whole House Assessment to recommend Measures, design and Installation of Measures, post-Installation Inspection, aftercare, and in-home advice. The Service Provider will be responsible for procuring a local supply chain to deliver the service set out above, including the purchase of all required materials, and recording and maintaining a detailed data source on behalf of the Welsh Government.
Bidders are invited to submit Bids to become the successful Service Provider to manage and deliver an All-Wales Demand-Led Fuel Poverty Scheme (Nest), whilst achieving and maintaining consistently the highest services and standards throughout the term of the Agreement.
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: 100 000 000.00 GBP
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 Contract will be for a period of five years with an option for the Client to extend the Contract for a further period of 3 years (this may be in the form of one or multiple extensions) and includes Break Clauses allowing the Client to terminate the Contract at its absolute discretion at the end of year 3.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
It is the intention of the Buying Organisation that the Service Provider(s) shall pay, and shall procure that its sub-Contractors shall pay, the Living Wage to their respective employees, for any services provided throughout the duration of this Agreement.
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
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.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
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
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the 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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 19/10/2017
Local time: 14:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English, Welsh
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 20/10/2017
Local time: 09:00
Place:
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
Between six to twelve months prior to contract expiry.
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
The Welsh Ministers will not be liable for any bidder costs arising from the non award of this framework.
The authority is using eTenderwales to carry out this procurement process: https://etenderwales.bravosolution.co.uk/web/login.shtml
All tender documentation and associated information for this opportunity is available on the eTenderWales website.
Bidders will need to locate the following Project and ITT on eTenderWales in order to access the tender documentation:
project_36829 — Management and Delivery of an All-Wales Demand-Led Fuel Poverty Scheme (Nest)
itt_63466 — Management and Delivery of an All-Wales Demand-Led Fuel Poverty Scheme (Nest)
If you are unable to find the relevant Project or ITT whilst using the eTenderWales system, please contact the helpdesk on 0800 3684852.
Quetions regarding the content of the tender must be issued to NPS/Welsh Government through the eTenderWales messaging portal located within the ITT.
Note: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=70131
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority's economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Located within the tender documentation.
(WA Ref:70131)
The buyer considers that this contract is suitable for consortia.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
14/09/2017