loading
  • GB-SE1 2AA London
  • 04.12.2018
  • Ausschreibung
  • (ID 2-319974)

GLA 81088 — Technical Assistance Team for the London Homes Energy Efficiency Programme


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 04.12.2018, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: max. 5
    Gebäudetyp Wohnungsbau
    Art der Leistung allgemeine Beratungsleistungen / Projektsteuerung / Energieplanung/ -beratung
    Sprache Englisch
    Aufgabe
    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 81088 — Technical Assistance Team for the London Homes Energy Efficiency Programme 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)/European Structural and Investment Funds (ESIF).
    The Contracting Authority is looking for a Service Provider with a proven track record of delivery, technical ability and innovation to deliver this exciting and challenging programme, and help to deliver the Mayor’s ambitions for a zero-carbon London.
    Please refer to II.2.4. Description of the procurement About this procurement.
    Leistungsumfang
    About this procurement:
    — the Greater London Authority (GLA) and the European Regional Development Fund (ERDF) are co-funding a technical assistance programme to enable housing providers to deploy “deep” energy efficiency retrofit of existing London homes,
    — this procurement exercise is being undertaken to appoint a single specialist Service Provider to assume the role of the programme’s Technical Assistance Team,
    — working primarily with social landlords, the Service Provider will be expected to deliver:
    —— ERDF key performance indicators: the retrofit of 50 homes (resulting in a saving of 124 tonnes of carbon dioxide equivalent [tCO2e] per annum) within the contract period, and
    —— GLA key performance indicators: evidence that a further 1 678 homes will be retrofitted during or after the contract period as a direct outcome of the programme’s activity (resulting in an estimated saving of 4,161 tCO2e per annum),
    — inline with the Mayor of London’s ambition for London to be a zero carbon city by 2050, this programme will build on the success of the GLA’s previous domestic retrofit programme, RE:NEW, but aim for a deeper level of retrofit and longer-term strategic outcomes through:
    —— an average carbon reduction of 60 % across the delivered homes, compared to an average reduction under RE:NEW of less than 25 %,
    —— deployment of whole-house/multi-measure retrofits (singular energy efficiency measures, such as loft insulation in isolation, cannot count towards ERDF KPIs),
    —— development of self-sustaining business models and finance solutions to make deep retrofit attractive to housing providers,
    — the GLA is looking for a service provider with a proven track record of delivery, technical ability and innovation to deliver this exciting and challenging programme, and help to deliver the Mayor’s ambitions for a zero-carbon London.
    The appointed service provider’s multi-disciplinary technical assistant team will be providing intensive end-to-end support for housing providers to enable energy efficiency retrofit projects to be identified, developed, financed, procured and successfully implemented.
    The team itself will not have an active role in the installation of retrofits themselves but must ensure they are of an agreed standard to satisfy ERDF and GLA requirements.
    The technical assistance will be delivered through four key workstreams:
    — technical assistance for deep-retrofit — builds on the engagement model undertaken through RE:NEW, but focusing on delivering projects through innovative approaches, new methods of construction and technologies (including net zero-energy retrofitting), in order to achieve deeper retrofit and enhanced carbon savings per household,
    — unlocking finance and funding — involves identifying and actively developing funding and financing opportunities to enable local authorities, social housing providers and other suitable organisations to take forward deep energy efficiency housing retrofit projects,
    — supporting the roll-out of new and innovative delivery mechanisms — focusses on supporting the roll-out of new home energy efficiency delivery mechanisms in London to ensure that deeper and “hard-to-treat” energy efficiency retrofit is undertaken,
    — piloting area-based retrofit schemes — focusses on developing and piloting a package of assistance to support energy efficiency retrofit in mixed-tenure areas.
    The appointed team skills will encompass a range of technical and professional abilities, including: an ability to form productive relationships with housing partners, technical skills to assess housing stock and develop innovative deep-retrofit solutions, knowledge of the finance sector and the ability to develop news routes to financing retrofit and the vision to create solutions which enable deep-retrofit to be rolled out in areas comprising social rent, private rent and owner occupied housing.
    Adresse des Bauherren UK-SE1 2AA London
    TED Dokumenten-Nr. 488562-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-London: Architectural, construction, engineering and inspection services

      2018/S 213-488562

      Contract notice

      Services

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Greater London Authority (GLA)
      City Hall, The Queen's Walk
      London
      SE1 2AA
      United Kingdom
      Contact person: Mrs Claudia Newman
      Telephone: +44 2030540751
      E-mail: MThbZFltXGFZZl1vZVlmJjtITDhsXmQmX2duJm1j
      NUTS code: UK

      Internet address(es):

      Main address: https://tfl.gov.uk

      Address of the buyer profile: http://eprocurement.tfl.gov.uk/

      I.2)Information about joint procurement
      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 submitted electronically via: 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 81088 — Technical Assistance Team for the London Homes Energy Efficiency Programme

      Reference number: DN361772
      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 81088 — Technical Assistance Team for the London Homes Energy Efficiency Programme 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)/European Structural and Investment Funds (ESIF).

      The Contracting Authority is looking for a Service Provider with a proven track record of delivery, technical ability and innovation to deliver this exciting and challenging programme, and help to deliver the Mayor’s ambitions for a zero-carbon London.

      Please refer to II.2.4. Description of the procurement About this procurement.

      II.1.5)Estimated total value
      Value excluding VAT: 3 400 000.00 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)
      71000000
      71300000
      71310000
      71314200
      71314300
      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 technical assistance programme to enable housing providers to deploy “deep” energy efficiency retrofit of existing London homes,

      — this procurement exercise is being undertaken to appoint a single specialist Service Provider to assume the role of the programme’s Technical Assistance Team,

      — working primarily with social landlords, the Service Provider will be expected to deliver:

      —— ERDF key performance indicators: the retrofit of 50 homes (resulting in a saving of 124 tonnes of carbon dioxide equivalent [tCO2e] per annum) within the contract period, and

      —— GLA key performance indicators: evidence that a further 1 678 homes will be retrofitted during or after the contract period as a direct outcome of the programme’s activity (resulting in an estimated saving of 4,161 tCO2e per annum),

      — inline with the Mayor of London’s ambition for London to be a zero carbon city by 2050, this programme will build on the success of the GLA’s previous domestic retrofit programme, RE:NEW, but aim for a deeper level of retrofit and longer-term strategic outcomes through:

      —— an average carbon reduction of 60 % across the delivered homes, compared to an average reduction under RE:NEW of less than 25 %,

      —— deployment of whole-house/multi-measure retrofits (singular energy efficiency measures, such as loft insulation in isolation, cannot count towards ERDF KPIs),

      —— development of self-sustaining business models and finance solutions to make deep retrofit attractive to housing providers,

      — the GLA is looking for a service provider with a proven track record of delivery, technical ability and innovation to deliver this exciting and challenging programme, and help to deliver the Mayor’s ambitions for a zero-carbon London.

      The appointed service provider’s multi-disciplinary technical assistant team will be providing intensive end-to-end support for housing providers to enable energy efficiency retrofit projects to be identified, developed, financed, procured and successfully implemented.

      The team itself will not have an active role in the installation of retrofits themselves but must ensure they are of an agreed standard to satisfy ERDF and GLA requirements.

      The technical assistance will be delivered through four key workstreams:

      — technical assistance for deep-retrofit — builds on the engagement model undertaken through RE:NEW, but focusing on delivering projects through innovative approaches, new methods of construction and technologies (including net zero-energy retrofitting), in order to achieve deeper retrofit and enhanced carbon savings per household,

      — unlocking finance and funding — involves identifying and actively developing funding and financing opportunities to enable local authorities, social housing providers and other suitable organisations to take forward deep energy efficiency housing retrofit projects,

      — supporting the roll-out of new and innovative delivery mechanisms — focusses on supporting the roll-out of new home energy efficiency delivery mechanisms in London to ensure that deeper and “hard-to-treat” energy efficiency retrofit is undertaken,

      — piloting area-based retrofit schemes — focusses on developing and piloting a package of assistance to support energy efficiency retrofit in mixed-tenure areas.

      The appointed team skills will encompass a range of technical and professional abilities, including: an ability to form productive relationships with housing partners, technical skills to assess housing stock and develop innovative deep-retrofit solutions, knowledge of the finance sector and the ability to develop news routes to financing retrofit and the vision to create solutions which enable deep-retrofit to be rolled out in areas comprising social rent, private rent and owner occupied housing.

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality — proposed methodology and delivery strategy / Weighting: 25
      Quality criterion - Name: Quality — proposed team — key knowledge and competencies / Weighting: 15
      Quality criterion - Name: Quality — proposed approach to meeting the key performance indicators / Weighting: 15
      Quality criterion - Name: Quality — proposed programme management / Weighting: 15
      Price - Weighting: 30
      II.2.6)Estimated value
      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 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 24 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
      Maximum number: 5
      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 one 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: yes
      Description of options:

      The 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 24 months by notice in writing to the service provider provided that such notice is served at least one month prior to the expiry of the initial duration of the Contract or the expiry of any previous extension, if later.

      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: yes
      Identification of the project:

      The Contract will be jointly funded by the GLA and the European Regional Development Fund (ERDF) / European Structural and Investment Funds (ESIF).

      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:

      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.1.3)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
      Notice number in the OJ S: 2018/S 162-371561
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 04/12/2018
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 17/12/2018
      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

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      VI.2)Information about electronic workflows
      VI.3)Additional information:

      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 Authority’s sole discretion and subject to the appointed Service Provider’s satisfactory performance and availability of funds.

      The total estimated value of the three-year contract period is 2 723 374 GBP.

      A total of 3 404 218 GBP will be available therefore a bonus of up to 20 % will be available to reward the appointed service provider for achieving the strict Key Performance Indicators (KPIs) within the 3-year contract period as specified in the procurement documents.

      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: MjE5PV9cMFxbYV9OUGFAYl1dWVZSX2AtXV9cTlBhVmAbUFxa

      VI.4)Procedures for review
      VI.4.1)Review body
      HM Courts and Tribunal Service
      The Strand
      London
      WC2A 2LL
      United Kingdom
      Telephone: +44 207947000

      Internet address: https://www.gov.uk/government/organisations/hm-courts-and-tribunals-service

      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
      Transport for London
      55 Broadway
      London
      SW1H 0BD
      United Kingdom
      Telephone: +44 2030540751
      E-mail: MjIwT1hNYVBVTVpRY1lNWhovPEAsYFJYGlNbYhphVw==
      VI.5)Date of dispatch of this notice:
      02/11/2018
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 06.11.2018
Zuletzt aktualisiert 06.11.2018
Wettbewerbs-ID 2-319974 Status Kostenpflichtig
Seitenaufrufe 37