Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 18th Oct 2023
Reference | ocds-h6vhtk-040cef |
Common Procurement Vocabulary | Energy-efficiency consultancy services |
Procurement Method | Open procedure |
Value | - |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 18th Oct 2023
Reference | ocds-h6vhtk-040cef |
Common Procurement Vocabulary | Energy-efficiency consultancy services |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
Hafod Housing Association
St Hilary Court, Copthorne Way, Culverhouse Cross
CARDIFF
CF5 6ES
procurement [at] hafod.org.uk
Telephone
+44 2920675823
Fax
+44 2920672499
Country
United Kingdom
NUTS code
UKL22 - Cardiff and Vale of Glamorgan
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA1147
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etenderwales.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk/web/login.shtml
I.4) Type of the contracting authority
Other type
Registered Social Landlord
I.5) Main activity
Other activity
Registered Social Landlord
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply and Lodging of Energy Performance Certificates
Reference number
2023H000068.01
II.1.2) Main CPV code
- 71314300 - Energy-efficiency consultancy services
II.1.3) Type of contract
Services
II.1.4) Short description
Hafod Housing Association Ltd (Hafod) is looking for an experienced and qualified Contractor to provide the Provision of Supply & Lodging of Energy Performance Certificates (EPC)
The appointed Contractor will be required to conduct approximately 500 Energy Performance Certificates per year, commencing on the first working day of March each year with completion by the last working day in October each year within its occupied properties.
As well as the above planned EPC’s the appointed Contractor would be required to conduct Energy Performance Certificates throughout the year on void properties as they arise with a turnaround time of 72 hours (three working days), allowing the properties to be re-let as soon as possible. This accounts for approximately 100 a year.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 71314000 - Energy and related services
II.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
- UKL21 - Monmouthshire and Newport
- UKL17 - Bridgend and Neath Port Talbot
- UKL15 - Central Valleys
- UKL16 - Gwent Valleys
Main site or place of performance
9 local authority areas which Hafod work as listed below;
Bridgend,
Cardiff,
Rhondda Cynon Taff,
Caerphilly,
Torfaen,
Merthyr,
Blaenau Gwent,
Vale of Glamorgan,
Newport.
II.2.4) Description of the procurement
Undertake EPC's within both occupied and unoccupied properties and lodging of certificates.
Full specification can be found in Schedule 1 Specification within the tender pack.
II.2.5) Award criteria
Quality criterion - Name: Contract Resource / Weighting: 12.50
Quality criterion - Name: Working in occupied Properties / Weighting: 10.00
Quality criterion - Name: Equality and Diversity / Weighting: 5.00
Quality criterion - Name: Sustainability / Weighting: 5.00
Quality criterion - Name: Social Value / Weighting: 7.50
Price - Weighting: 60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 March 2024
End date
28 February 2027
This contract is subject to renewal
Yes
Description of renewals
Up to 2 x 12 month periods
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: No
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
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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
20 November 2023
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
20 November 2023
Local time
12:30pm
Place
Electronically
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: On the expiry or termination of the contract.
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
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=135593
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:
refer to the tender documents
(WA Ref:135593)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom