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
E-mail: darren.wood@westyorks-ca.gov.uk
NUTS: UKE4
Internet address(es)
Main address: https://www.westyorks-ca.gov.uk
Address of the buyer profile: https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/103257
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=88385&B=UK
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=88385&B=UK
Tenders or requests to participate must be sent 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
Management and delivery of a One-stop shop domestic retrofit service
Reference number: 93950
II.1.2) Main CPV code
71314300
II.1.3) Type of contract
Services
II.1.4) Short description
West Yorkshire Combined Authority is seeking to establish Homes Energy West Yorkshire as a trusted retrofit service, and is seeking a provider to implement, lead and deliver a ‘one-stop shop’ (OSS) which will enable all West Yorkshire residents (of all tenure types) and landlords to access impartial advice and information on domestic retrofit and energy efficiency. The OSS aims to provide a comprehensive, accessible service to support households through the retrofit process, addressing barriers to uptake and promoting sustainable energy use. The purpose of this commission is to appoint a provider to manage and deliver the OSS and its services, acting as a 'managing agent’. The managing agent will provide both advice and installation services. Consortium bids are permitted, with a consortium lead clearly identified. The contract is to be for an initial 5 year term with the option to extend up to a maximum period of 15 years.
II.1.5) Estimated total value
Value excluding VAT:
20 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
09300000
45300000
50500000
71000000
71314300
II.2.3) Place of performance
NUTS code:
UKE4
II.2.4) Description of the procurement
West Yorkshire Combined Authority is seeking to establish Homes Energy West Yorkshire as a trusted retrofit service, and is seeking a provider to implement, lead and deliver a ‘one-stop shop’ which will enable all West Yorkshire residents (of all tenure types) and landlords to access impartial advice and information on domestic retrofit and energy efficiency. The one stop shop is an initiative designed to address the gap in support for households in West Yorkshire's private housing sector, focusing on retrofitting and installing renewable energy solutions. With 82% of the region's 1.02 million households either owned or privately rented, there is a significant need for assistance in improving energy efficiency and reducing carbon emissions. The scheme responds to and delivers on the Mayor of West Yorkshire’s manifesto, to establish a one stop shop (OSS) in West Yorkshire. The OSS aims to provide a comprehensive, accessible service to support households through the retrofit process, addressing barriers to uptake and promoting sustainable energy use. By offering direct support and raising awareness of existing schemes, the OSS will enable these households to contribute to the region's overall sustainability goals and help achieve West Yorkshire's ambitious Net Zero target by 2038. The purpose of this commission is to appoint a provider to manage and deliver the OSS and its services, which will support West Yorkshire residents and private landlords to improve the energy efficiency of their home through installation of retrofit measures acting as a 'managing agent’. The managing agent will provide both advice and installation services. Consortium bids are permitted, with a consortium lead clearly identified. The contract is to be for an initial 5 year term with the option to extend up to a maximum period of 15 years.
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:
20 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The Contract will consist of a 5 year initial Contract term with the option to extend the Contract for a further 10 years up to a maximum term of 15 years.
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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:
2024/S 000-010075
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
31/01/2025
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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:
31/01/2025
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Note: Estimated contracted expenditure by the Combined Authority (CA) as a result of the award of this contract opportunity is in relation to the provision of a managing agent service for advice only. The awarded opportunity will also allow for the provision of installation services/works to the public as a consequence. However, such services/works are not deemed to be capable of being exclusively exploited by the awarded provider, and the CA will not control provision of these services/works. It is deemed that this procurement and resulting Contract arrangements, Contract expenditure and Contract risk is in accordance and subject to Public Contract Regulations 2015 and does not satisfy the criteria or definitions of a concession set out in Contract Concession Regulations 2016. There is no guarantee of public expenditure in connection with this contract, therefore the total value is not known however could be in excess of £500m.
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
London
UK
VI.5) Date of dispatch of this notice
16/12/2024