By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Renewables and Energy Efficiency Works and Associated Consultancy Services.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Procurement for Housing Scotland Limited
151 West George Street
For the attention of: Nicola Charlton
G2 2JJ Glasgow
UNITED KINGDOM
Telephone: +44 8458645272
E-mail:

Internet address(es):

General address of the contracting authority: http://www.pfhscotland.co.uk/

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA18142

Electronic access to information: www.publiccontractsscotland.gov.uk

Further information can be obtained from: Procurement for Housing Scotland Limited
151 West George Street
G2 2JJ Glasgow
UNITED KINGDOM
Telephone: +44 8458645272
E-mail:
Internet address: http://www.pfhscotland.co.uk/

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Procurement for Housing Scotland Limited
151 West George Street
G2 2JJ Glasgow
UNITED KINGDOM
Telephone: +44 8458645272
E-mail:
Internet address: http://www.pfhscotland.co.uk/

Tenders or requests to participate must be sent to: Procurement for Housing Scotland Limited
151 West George Street
G2 2JJ Glasgow
UNITED KINGDOM
Telephone: +44 8458645272
E-mail:
Internet address: http://www.pfhscotland.co.uk/

I.2)Type of the contracting authority
Other: central purchasing body
I.3)Main activity
General public services
Health
Housing and community amenities
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Renewables and Energy Efficiency Works and Associated Consultancy Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Execution
Main site or location of works, place of delivery or of performance: Scotland.

NUTS code UKM

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 20

Duration of the framework agreement

Duration in months: 48
II.1.5)Short description of the contract or purchase(s)
Procurement for Housing have historically provided a Renewables offering in the form of three Retrofit Frameworks that covered the supply and installation of Solar PV, Mechanical Ventilation Heat Recovery and Insulation.
The Frameworks were set up in May/June 2011 for 4 years and each Framework was awarded to a range of suppliers and contractors for the provision of Renewables in those 3 areas.
As these Frameworks were coming to the end of their terms PfH have recently tendered a Renewables offering within England, Wales and Northern Ireland and wanted to offer a bespoke approach to the market for our Scottish Members.
The purpose of this new agreement is to ensure we can provide a framework suitable for members of PfH Scotland, or other applicable Public Sector bodies that is reflective of an ever evolving market, therefore it is PfH Scotland's intention to expand and update the offering. The scope of works to be included will be expanded into technology areas that were not covered in the original Framework.
In addition, the Framework will allow members to gain access to consultancy, advice, and guidance on: funding and grants; and technology specific expertise.
It is important that Renewables and Energy Efficiency Works are not considered in isolation, but in the context of contributing to a secure, resilient, affordable and low carbon energy requirement.
The benefits might be compared, for example, with using funds to carry out energy efficiency measures.
Since access to funding and grants will differ PfH Scotland are also looking to encourage localised contractors to bid for this opportunity, the agreement will be split regionally to ensure the right offering is provided.
This framework presents a distinct offering and welcomes niches suppliers to apply for specific lots if they wish to do so, the framework will cover the following works; Solar Panel Systems, Solar Thermal Systems, Heat Pumps - Air Source and Ground Source, Insulation Systems - Internal, Cavity Wall, Roof and Loft, Under floor and External Wall, Biomass Boilers, District Heating Systems, Underfloor Heating and Overfloor Heating, Electricity Storage Systems and Voltage Optimisers, Micro Combined Heat and Power Solutions, Mechanical Ventilation and Heat Recovery, Rainwater Harvesting, SMART Technology Systems, Funding & Grant Consultancy and Technical Consultancy.

Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland PCS)Web Site at http://www.publiccontractsscotland.gov.uk

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility.

Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=419439

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
II.1.6)Common procurement vocabulary (CPV)

09330000, 09331000, 09300000, 09332000, 09331200, 45261410, 45321000, 45320000, 50721000, 42515000, 39715200, 42511110, 50700000, 50711000, 42512000, 73210000, 73000000, 45331000, 42520000, 42500000, 45331210, 45331200, 31155000, 09331100, 31712347, 38126200, 71621000, 90713000, 42510000, 45232450, 33961000, 44621200, 45232141, 45331100, 50720000, 44162000, 45315000, 41000000, 45311000, 73200000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Renewable Works
1)Short description
The Renewables and energy efficiency works within the scope of this framework agreement include (but are not limited to) both the supply and installation, installation only and maintenance of the technologies listed above.
2)Common procurement vocabulary (CPV)

09331000, 09330000, 09332000, 09331200, 42511110, 45320000, 45321000, 45261410, 09323000, 09300000

3)Quantity or scope
The successful tenderer(s) will be required to provide works on both domestic and commercial properties and in some instances ground mounted systems. Members utilising the agreement may require the successful tenderer(s) to be responsible for the sourcing and purchasing of the materials or the member may utilise a divorced supply chain model and will require the tenderer to utilise a specific supply chain. Regardless of the supply chain route, all installations must be carried out strictly in accordance with the manufacturers' and suppliers' instructions and recommendations, and comply with the general requirements for Installations set out by the member.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Funding and Grant Consultancy
1)Short description
The consultancy within the scope of Lot 2 (Funding and Grant Consultancy) of this framework agreement includes (but is not limited to) consultancy, advice, and guidance on the following:
- Scotland Funding and Grants.
- Loans.
- Investment Funding.
- Self-funding.
- European Grants.
Any other sources which may present from time to time.
2)Common procurement vocabulary (CPV)

73200000

3)Quantity or scope
The successful tenderer (Consultant) will be required to respond to requests from any contracting authority in their area of operation. The work will include, but not be limited to:
1.Keeping up to date with all relevant sources of funding, grants, subsidies and tariffs.
2.Keeping up to date with general trends in the Renewables and energy/ carbon sector.
3.Being fully conversant with current housing policy.
4.Using their expertise and experience to understand the requirements of the client and the assistance they are seeking.
5.Discovering why the client is considering Renewables - the drivers - and whether the client has considered (and installed) any Renewables previously.
6.Determining whether this is a preliminary/ general enquiry or related to a specific, proposed scheme.
7.If it is a general enquiry, providing (remote) advice on sources of funding & grants and the pros and cons of each for that authority. This should be provided in a report, and/or letter and/or appropriate literature which may/ may not be produced by the Consultant.
8.If it is a proposed scheme, determining what technical advice the client has received and whether this is from an approved provider. If it is not, recommend that the technical evaluation is re-visited.
9.When satisfied that the scheme has been properly assessed, arranging to receive all relevant scheme information to assist assessment of appropriate funding and grants.
10.Visiting the client to assess exact requirements.
11. Advising on whether planning consents may be necessary.
12.Presenting a range of suitable options, with recommendations.
13.ensuring the client has received legal advice from its authority re the suitability of the funding method recommended
14.Assisting the client in completing any application.
15.Assisting the client in making any internal or external presentations, if requested; and
16.Advising PfH monthly of progress on all live contracts and requests.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Technical Consultancy
1)Short description
The consultancy within the scope of Lot 3 (Technical Consultancy) of this framework agreement includes (but is not limited to) technical consultancy, advice, and guidance on:
- Solar Panel Systems (Solar PV).
- Solar Thermal Systems.
- Heat Pumps - Air Source and Ground Source.
- Insulation - Internal, Cavity Wall, Roof and Loft and External Wall.
- Biomass Boilers.
-District Heating Systems.
- Underfloor Heating and Overfloor Heating.
- Electricity Storage Systems and Voltage Optimisers.
- Micro Combined Heat and Power Solutions.
- Mechanical ventilation and Heat Recovery.
- Rainwater Harvesting.
- SMART Technologies.
- Wind turbines (small).
2)Common procurement vocabulary (CPV)

73200000

3)Quantity or scope
The successful tenderer (Consultant) will be required to respond to requests from any contracting authority in their area of operation. The work will include, but not be limited to:
1.Keeping up to date with all relevant technologies: features, benefits and costs.
2.Keeping up to date with all relevant EU and Scottish Directives, Acts, Regulations and Guidance by government, trade, regulatory or other bodies, Codes of Practice, Standards (ISO etc.), Certification, etc.
3.Being fully conversant with current housing policy.
4.Using their expertise and experience to understand the requirements of the client and the assistance they are seeking.
5.Highlighting that prospective schemes may require planning and other consents and that there may be a need for intrusive surveys to support scheme installations, e.g. structural, at additional cost.
6.Discovering why the client is considering Renewables - the drivers - and whether the client has considered (and installed) any Renewables previously.
7.Assisting the client in determining the most appropriate and effective technologies to consider and helping them prioritise and rank best solutions.
8.Providing the client with access to bodies/ authorities/ companies who have successful schemes already installed.
9.Helping the client prepare the business case for installing selected Renewable technologies.
10.Assisting the client in making any internal or external presentations, if requested; and
11.Advising PfH monthly of progress on all live contracts and requests.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years.
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract.
(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(5) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
(6) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(7) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.
(8) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(9) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities.
(10) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(11) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(12) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(13) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2015/S 194-350854 of 7.10.2015

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 2.12.2015
IV.3.4)Time limit for receipt of tenders or requests to participate
2.12.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
21.12.2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
PfH Scotland regional split;
Eastern Scotland UKM2; Angus and Dundee UKM21, Clackmannanshire and Fife UKM22, East Lothian and Midlothian UKM23, Scottish Borders UKM24, Edinburgh UKM25, Falkirk UKM26, Perth and Kinross, and Stirling UKM27, West Lothian UKM28.
2. South Western Scotland UKM3; East Dunbartonshire, West Dunbartonshire, and Helensburgh and Lomond UKM31, Dumfries and Galloway UKM32, East and North Ayrshire mainland UKM33, Glasgow UKM34, Inverclyde, East Renfrewshire, and Renfrewshire UKM35, North Lanarkshire UKM36, South Ayrshire UKM37, South Lanarkshire UKM38.
3. North Eastern Scotland UKM5; Aberdeen and Aberdeenshire UKM50.
4. Highlands and Islands UKM6, Caithness and Sutherland, and Ross and Cromarty UKM61, Inverness, Nairn, Moray, and Badenoch and Strathspey UKM62, Lochaber, Skye and Lochalsh, Arran and Cumbrae, and Argyll and Bute (except Helensburgh and Lomond) UKM63, Eilean Siar (Western Isles) UKM64, Orkney Islands UKM65, Shetland Islands UKM66.
(SC Ref: 415395)
(SC Ref: 419439)

The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Commencement Date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Public Contracts Scotland procurement portal (www.publiccontractsscotland.gov.uk) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Procurement for Housing Scotland Limited
151 West George Street
G2 2JJ Glasgow
UNITED KINGDOM
E-mail:
Telephone: +44 8458645100
Internet address: http://www.pfhscotland.co.uk/

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
2.11.2015