Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)
Name and addresses1 Victoria Street
London
SW1H 0ET
United Kingdom
Contact person: Yehuda Lethbridge
E-mail: siceteateam@BEIS.gov.uk
NUTS code: UK
Internet address(es):
Main address: www.delta-esourcing.com
Address of the buyer profile: https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy
I.2)
Joint procurementI.3)
CommunicationI.4)
Type of the contracting authorityI.5)
Main activitySection II: Object
II.1)
Scope of the procurementII.1.1)
Title:Measuring Energy Performance Improvements in Dwellings Using Thin Internal Wall Insulation.
II.1.2)
Main CPV codeII.1.3)
Type of contractII.1.4)
Short description:There are significant barriers to uptake with conventional Solid Wall Insulation (SWI), such as installation cost, risks of cold bridging, loss of internal space if using internal SWI amongst others.
Thin Internal Wall Insulation (TIWI) could be a potential solution where conventional internal SWI is not a viable option. TIWI will likely not be as effective as conventional SWI in terms of energy saving potential. However, it is thought the above SWI barriers to uptake may be significantly mitigated with TIWI, resulting in much higher take-up and subsequent carbon savings.
It is proposed to use an unoccupied test home with measured thermal efficiency characteristics in its uninsulated state. Following multiple TIWI retrofits, the contractor will reassess the thermal characteristics of the property, thus quantifying the effectiveness of TIWI products. Subsequently a conventional internal SWI retrofit will then be undertaken to establish the comparable energy savings.
II.1.5)
Estimated total valueII.1.6)
Information about lotsII.2)
DescriptionII.2.1)
Title:II.2.2)
Additional CPV code(s)II.2.3)
Place of performanceUnited Kingdom.
II.2.4)
Description of the procurement:There are significant barriers to uptake with conventional Solid Wall Insulation (SWI), such as installation cost, risks of cold bridging, loss of internal wall space if using internal SWI amongst others.
Thin Internal Wall Insulation (TIWI) could be a potential solution where conventional internal SWI is not a viable option. TIWI will likely not be as effective as conventional SWI in terms of energy saving potential. However, it is thought the above SWI barriers to uptake may be significantly mitigated with TIWI, resulting in much higher take-up and subsequent carbon savings.
It is proposed to use an unoccupied test home with measured thermal efficiency characteristics in its uninsulated state. Following each TIWI retrofit, the contractor will reassess the thermal characteristics of the property, thus quantifying the impact TIWI products have had on the home. Subsequently a conventional internal SWI retrofit will then be undertaken to establish the comparable energy saving potential between insulation solutions.
For background information, the full specification and further information on this project please see the ITT.
II.2.5)
Award criteriaII.2.6)
Estimated valueII.2.7)
Duration of the contract, framework agreement or dynamic purchasing systemII.2.10)
Information about variantsII.2.11)
Information about optionsII.2.12)
Information about electronic cataloguesII.2.13)
Information about European Union fundsII.2.14)
Additional informationThe contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
Section III: Legal, economic, financial and technical information
III.1)
Conditions for participationIII.1.1)
Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersIII.1.2)
Economic and financial standingIII.1.3)
Technical and professional abilityIII.1.5)
Information about reserved contractsIII.2)
Conditions related to the contractIII.2.1)
Information about a particular professionIII.2.2)
Contract performance conditions:III.2.3)
Information about staff responsible for the performance of the contractSection IV: Procedure
IV.1)
DescriptionIV.1.1)
Type of procedureIV.1.3)
Information about a framework agreement or a dynamic purchasing systemIV.1.4)
Information about reduction of the number of solutions or tenders during negotiation or dialogueIV.1.6)
Information about electronic auctionIV.1.8)
Information about the Government Procurement Agreement (GPA)IV.2)
Administrative informationIV.2.1)
Previous publication concerning this procedureIV.2.2)
Time limit for receipt of tenders or requests to participateIV.2.3)
Estimated date of dispatch of invitations to tender or to participate to selected candidatesIV.2.4)
Languages in which tenders or requests to participate may be submitted:IV.2.6)
Minimum time frame during which the tenderer must maintain the tenderIV.2.7)
Conditions for opening of tendersSection VI: Complementary information
VI.1)
Information about recurrenceVI.2)
Information about electronic workflowsVI.3)
Additional information:The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/68M6VCF969
GO Reference: GO-2017713-PRO-10624113.
VI.4)
Procedures for reviewVI.4.1)
Review body1 Victoria Street
London
SW1H 0ET
United Kingdom
VI.4.2)
Body responsible for mediation proceduresVI.4.3)
Review procedureVI.4.4)
Service from which information about the review procedure may be obtainedVI.5)
Date of dispatch of this notice: