Contract notice

Information

Published

Expire date: 07/08/2023

External Reference: 2023-512731

FTS Reference: 2023-019349

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

West Yorkshire Combined Authority
8876556
Wellington House, 40-50 Wellington Street
Leeds
LS1 2DE
UK
Contact person: Darren Wood
Telephone: +44 1133481789
NUTS code:  UKE4 -  West Yorkshire
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=70431&B=UK
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to 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

Energy Efficiency and Carbon Reduction Services
Reference number:  76363
II.1.2)

Main CPV code

71000000  -  Architectural, construction, engineering and inspection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

West Yorkshire Combined Authority (WYCA) on behalf of the Districts and Partners wish to establish a multi supplier framework as a conduit to accelerate the delivery of Energy Efficiency and Carbon Reduction Schemes; utilising, but not limited to, government funding, fuel poverty funding, Energy Company Obligations (ECO) and any other funding opportunities deemed suitable by the Key Stakeholders. This Framework will operate within the Combined Authority Area for an initial two (2) year term with two (2) 12-month optional extensions to be applied annually up to a maximum of two (2) years (maximum contract term of 4 years).
II.1.5)

Estimated total value

Value excluding VAT: 200000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

09000000  -  Petroleum products, fuel, electricity and other sources of energy
09300000  -  Electricity, heating, solar and nuclear energy
42100000  -  Machinery for the production and use of mechanical power
45300000  -  Building installation work
50500000  -  Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50700000  -  Repair and maintenance services of building installations
71314300  -  Energy-efficiency consultancy services
71315200  -  Building consultancy services
II.2.3)

Place of performance

NUTS code:  UKE4 -  West Yorkshire
II.2.4)

Description of the procurement

West Yorkshire Combined Authority (WYCA) on behalf of the Districts and Partners wish to establish a multi supplier framework as a conduit to accelerate the delivery of Energy Efficiency and Carbon Reduction Schemes; utilising, but not limited to, government funding, fuel poverty funding, Energy Company Obligations (ECO) and any other funding opportunities deemed suitable by the Key Stakeholders. The Framework will operate within the Combined Authority Area for an initial two (2) year term with two (2) 12-month optional extensions to be applied annually up to a maximum of two (2) years (maximum contract term of 4 years).
Call off opportunities expected through the Framework will include, but not limited to, the following examples: ECO Projects, Housing Retrofit Projects all tenures, Collective Buying Projects domestic and commercial, Innovation Projects, Renewable Energy Projects, Community Building Projects, Public Sector Buildings Projects, Minimum Energy Efficiency Standards (MEES), Enhanced Energy Savings Opportunity Scheme (ESOS).
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: 200000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The Framework will operate for an initial two (2) year term with two (2) 12-month optional extensions to be applied annually up to a maximum of two (2) years (maximum contract term of 4 years).
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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: Projects funded by European Union funds (for example: ERDF, ESIF) may be be required to
procure the services as specified and contracted as a consequence of this procurement in
support of the delivery of the respective project.
II.2.14)

Additional information

Call-off methods: Call-offs may be made by direct award or further competition. Full details
of the call-off methods can be found in the published tender documents.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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

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

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  4
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 FTS: 2022/S 000-035741
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  07/08/2023
Local time:  12:00
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:  07/08/2023
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

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

The contract opportunity is advertised on behalf of and will be available for use by the following - The Combined Authority is running this procurement process on its own behalf and other Contracting Authorities as follows: The Borough Council of Calderdale, The Council of the Borough of Kirklees, The Council of the City of Wakefield Metropolitan District, City of Bradford Metropolitan District Council, Leeds City Council, West Yorkshire Housing Partnership (WYHP) Members and Better Homes Hub (or its equivalent named scheme as developed by the Combined Authority).
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
London
UK

VI.4.4)

Service from which information about the review procedure may be obtained

West Yorkshire Combined Authority
Wellington House, 40-50 Wellington Street
Leeds
LS1 2DE
UK