Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
Additional information can be obtained from the abovementioned address
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:
Simple Energy Efficiency Measures.
Reference number: DN250173
II.1.2)Main CPV code
45262640
II.1.3)Type of contract
Services
II.1.4)Short description:
The Council is looking to procure a community engagement programme which will seek to: lower the energy use, energy bills, and carbon emissions of domestic properties within the city. This ITT is issued for the purposes of the procurement process which the Council is undertaking under the Open tendering procedure in accordance with the Public Contract Regulations 2015.
There are four key headline objectives required from this service:
1. To provide advice and assessment to 1 000 households regarding their property, to include recommending specific behaviour change advice and suitable energy efficiency measures.
2. To subsequently install any recommended measures as in section 4.1 below and report back on anticipated carbon and fuel bill savings.
3. To run and deliver a volunteer programme which will upskill 30 community volunteers as energy champions.
4. To ensure the service has a lasting legacy and builds community ownership in a consistent manner.
II.1.5)Estimated total value
Value excluding VAT: 700 000.00 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)
45262640
71314000
80540000
II.2.3)Place of performance
NUTS code: UKK41
II.2.4)Description of the procurement:
Plymouth City Council has a requirement to procure a supplier to deliver the following;
1. To provide advice and assessment to 1 000 households regarding their property, to include recommending specific behaviour change advice and suitable energy efficiency measures.
2. To subsequently install any recommended measures as in section 4.1 below and report back on anticipated carbon and fuel bill savings.
3. To run and deliver a volunteer programme which will upskill 30 community volunteers as energy champions.
4. To ensure the service has a lasting legacy and builds community ownership in a consistent manner.
‘Please Register your Interest in this Opportunity using The Facility on www.supplyingthesouthwest.org.uk’
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Relevant Experience / Weighting: 10
Quality criterion - Name: Method Statement / Weighting: 30
Quality criterion - Name: Programme / Weighting: 10
Quality criterion - Name: Personnel / Weighting: 5
Cost criterion - Name: Pricing / Weighting: 40
Cost criterion - Name: Proposed Contracts, Collaborations and Partnerships / Weighting: 5
II.2.6)Estimated value
Value excluding VAT: 700 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
End: 31/03/2019
This contract is subject to renewal: no
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
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Interreg North-West Europe Climate Active Neighbourhoods.
II.2.14)Additional information
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:
Outlined in the tender documents appendix F & G.
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: 12/04/2017
Local time: 12:00
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
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)
IV.2.7)Conditions for opening of tenders
Date: 19/04/2017
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
Plymouth City Council incorporates a minimum 10-calendar-day standstill period at the point information on the contract award is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be requested from the address in point I.1) of this notice. Bidders should refer to the UK Public Contracts Regulations 2015 regarding remedies and seek independent legal advice.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
15/03/2017