Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

GLA 81353 — Programme Delivery Unit for the Retrofit Accelerator — Workplaces

  • Cyhoeddwyd gyntaf: 19 Tachwedd 2019
  • Wedi'i addasu ddiwethaf: 19 Tachwedd 2019

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Greater London Authority (GLA)
ID Awudurdod:
AA72634
Dyddiad cyhoeddi:
19 Tachwedd 2019
Dyddiad Cau:
17 Rhagfyr 2019
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

About this procurement:

— the Greater London Authority (GLA) and the European Regional Development Fund (ERDF) are co-funding a Programme Delivery Unit (PDU) to deliver the services of the Retrofit Accelerator – workplaces programme to support public sector organisations to retrofit their buildings to save energy and carbon by going through the RE:FIT framework,

— this procurement exercise is being undertaken to appoint a single specialist service provider to assume the role of the Programme Delivery Unit.

Working primarily with public sector organisations, the PDU is expected to achieve specific key targets/key performance indicators (KPIs) by the end of the 2 and a half years of the contract. These are detailed in the procurement documents. There are four KPIs:

— energy saved per year in public sector buildings supported by the PDU – this is an ERDF contractual target by 30.9.2022 and the appointed PDU would not start at 0 but at the level achieved by the current PDU by 31.3.202,

— tonnes of carbon saved annually in public sector buildings supported by the PDU – this is an ERDF contractual target by 30 .9.2022 and the appointed PDU would not start at 0 but at the level achieved by the current PDU by 31.3.2020,

— number of new access agreement signed (new London public sector organisations accessing the Retrofit Accelerator — workplaces programme),

— number of buildings supported for retrofit (defined as reaching the detailed design stage (i.e. a final Investment Grade Proposal)).

The objectives of the PDU are:

— to accelerate the delivery of energy, carbon and cost saving retrofit projects for public buildings and assets in London,

— to recruit new organisations to undertake energy saving and generation retrofit projects through the Retrofit Accelerator for workplaces programme using a researched and targeted approach to business development,

— to maintain relationships with organisations who are using or who have previously used the programme, to facilitate further stages of existing retrofit projects and develop and implement new ones,

— to provide end to end support to organisations, enabling them:

—— to access, prepare and procure energy conservation measure (ECM) and energy generation works and/or optimisation services, primarily using an energy performance contracting model through the RE:FIT framework but also through other procurement routes where appropriate;

—— to establish projects that maximise the opportunity for clients and target clients, by linking a range of technical, funding, financing and commercial solutions and through the provision of coaching, training and/or guidance;

—— to establish long term, organisation-wide ECM retrofit programmes.

— to oversee all London projects run through the RE:FIT framework, from project initiation, to the design and delivery of works, to the monitoring and verification (M&V) process,

— to support the GLA and Local Partnerships in the management of the RE:FIT framework of approved energy service companies (ESCos),

— to aggregate, where possible, projects to establish programme level economies of scale for both funding applications and delivery,

— to develop and implement new and innovative approaches in order to overcome barriers to improving the energy efficiency of public sector buildings,

— to provide high quality programme management and reporting, data retention and reporting to both the GLA and ERDF,

— to meet the reporting, publicity, evaluation and relevant capital funding agreement requirements of the ERDF contract, and

— through all the above to ultimately meet the programme’s KPIs.

Separate to the ERDF funding, the successful supplier may be requested to support on working with the GLA to develop a Retrofit Accelerator model/offer for the commercial sector. Further details are available in the procurement documents.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Greater London Authority (GLA)

City Hall, The Queen's Walk

London

SE1 2AA

UK

Person cyswllt: Miss Nicole Hackshaw

E-bost: nicolehackshaw@tfl.gov.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://tfl.gov.uk

Cyfeiriad proffil y prynwr: http://eprocurement.tfl.gov.uk

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://procontract.due-north.com/


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://procontract.due-north.com/


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

GLA 81353 — Programme Delivery Unit for the Retrofit Accelerator — Workplaces

Cyfeirnod: DN428966

II.1.2) Prif god CPV

71000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

This procurement process is being conducted under the Restricted Procedure pursuant to Regulation 28 of the Public Contracts Regulations as amended (‘PCR 2015’). The procurement process for the GLA 81353 — Programme Delivery Unit for the Retrofit Accelerator — workplaces is being managed by Transport for London (TfL) on behalf of the Greater London Authority (GLA) the ‘Contracting Authority’ and the services will be jointly funded by the GLA and the European Regional Development Fund (ERDF).

The Contracting Authority is looking to appoint a Service provider to be the Programme Delivery Unit (PDU) of the Retrofit Accelerator — workplaces programme, currently known as RE:FIT (please refer to VI.3) Additional information), to deliver this award winning programme on behalf of the GLA in the capital.

Please refer to II.2.4) Description of the procurement about this procurement.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 3 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

71300000

71310000

71314200

71314300

79410000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

Greater London.

II.2.4) Disgrifiad o’r caffaeliad

About this procurement:

— the Greater London Authority (GLA) and the European Regional Development Fund (ERDF) are co-funding a Programme Delivery Unit (PDU) to deliver the services of the Retrofit Accelerator – workplaces programme to support public sector organisations to retrofit their buildings to save energy and carbon by going through the RE:FIT framework,

— this procurement exercise is being undertaken to appoint a single specialist service provider to assume the role of the Programme Delivery Unit.

Working primarily with public sector organisations, the PDU is expected to achieve specific key targets/key performance indicators (KPIs) by the end of the 2 and a half years of the contract. These are detailed in the procurement documents. There are four KPIs:

— energy saved per year in public sector buildings supported by the PDU – this is an ERDF contractual target by 30.9.2022 and the appointed PDU would not start at 0 but at the level achieved by the current PDU by 31.3.202,

— tonnes of carbon saved annually in public sector buildings supported by the PDU – this is an ERDF contractual target by 30 .9.2022 and the appointed PDU would not start at 0 but at the level achieved by the current PDU by 31.3.2020,

— number of new access agreement signed (new London public sector organisations accessing the Retrofit Accelerator — workplaces programme),

— number of buildings supported for retrofit (defined as reaching the detailed design stage (i.e. a final Investment Grade Proposal)).

The objectives of the PDU are:

— to accelerate the delivery of energy, carbon and cost saving retrofit projects for public buildings and assets in London,

— to recruit new organisations to undertake energy saving and generation retrofit projects through the Retrofit Accelerator for workplaces programme using a researched and targeted approach to business development,

— to maintain relationships with organisations who are using or who have previously used the programme, to facilitate further stages of existing retrofit projects and develop and implement new ones,

— to provide end to end support to organisations, enabling them:

—— to access, prepare and procure energy conservation measure (ECM) and energy generation works and/or optimisation services, primarily using an energy performance contracting model through the RE:FIT framework but also through other procurement routes where appropriate;

—— to establish projects that maximise the opportunity for clients and target clients, by linking a range of technical, funding, financing and commercial solutions and through the provision of coaching, training and/or guidance;

—— to establish long term, organisation-wide ECM retrofit programmes.

— to oversee all London projects run through the RE:FIT framework, from project initiation, to the design and delivery of works, to the monitoring and verification (M&V) process,

— to support the GLA and Local Partnerships in the management of the RE:FIT framework of approved energy service companies (ESCos),

— to aggregate, where possible, projects to establish programme level economies of scale for both funding applications and delivery,

— to develop and implement new and innovative approaches in order to overcome barriers to improving the energy efficiency of public sector buildings,

— to provide high quality programme management and reporting, data retention and reporting to both the GLA and ERDF,

— to meet the reporting, publicity, evaluation and relevant capital funding agreement requirements of the ERDF contract, and

— through all the above to ultimately meet the programme’s KPIs.

Separate to the ERDF funding, the successful supplier may be requested to support on working with the GLA to develop a Retrofit Accelerator model/offer for the commercial sector. Further details are available in the procurement documents.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Proposed methodology and delivery strategy / Pwysoliad: 25

Maes prawf ansawdd: Proposed team — key knowledge and competencies / Pwysoliad: 15

Maes prawf ansawdd: Proposed approach to meeting the key performance indicators / Pwysoliad: 15

Maes prawf ansawdd: Proposed programme management / Pwysoliad: 15

Price / Pwysoliad:  30

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 30

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The contracting authority has an option, exercisable at its sole discretion, to extend the duration of the contract for a further period or periods up to a total of 18 months by notice in writing to the service provider provided that such notice is served at least 1 month prior to the expiry of the initial duration of the contract or the expiry of any previous extension, if later.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

This procurement process is being conducted under the restricted procedure pursuant to Regulation 28 of the Public Contracts Regulations as amended (‘PCR 2015’).

The restricted procedure comprises 2 stages: selection stage and invitation to tender stage. At the selection stage a standard selection questionnaire (SSQ) will be used in line with the Public Procurement Regulations 2015 European Single Procurement Document (ESPD) (Regulation 59).

Project specific and technical and professional ability questions will form part of the SSQ and will be scored out of 100 %.

The contracting authority intends to invite up to five (5) highest scoring applicants that passed the SSQ Part 1 (Supplier Information), Part 2 (Exclusion Grounds) and Part 3 (Supplier Selection) to participate in the ITT Stage.

Please note: in the event that more than 1 applicant achieves the same total score for the fifth place, all applicants with this same total score that passed the SSQ Part 1 (supplier information), Part 2 (exclusion grounds) and Part 3 (supplier selection) will also be selected to participate in the ITT Stage.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Ydy

II.2.14) Gwybodaeth ychwanegol

The Programme Delivery Unit for the Retrofit Accelerator — workplaces will be jointly funded by the GLA and The European Regional Development Fund (ERDF).

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

In the procurement documents.

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gyfyngedig

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Na

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2019/S 163-400602

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 17/12/2019

Amser lleol: 14:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 13/01/2020

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

VI.3) Gwybodaeth ychwanegol

Please note: this was previously known as RE:FIT London Programme Delivery Unit and is undergoing a name change from RE:FIT London Programme Delivery Unit to Programme Delivery Unit for the Retrofit Accelerator — workplaces. The RE:FIT London Programme is also undergoing a name change from RE:FIT to Retrofit Accelerator – workplaces. The national framework of ESCos will retain its name of RE:FIT.

Transfer of undertakings (Protection of Employment) (TUPE):

The transfer of undertakings (Protection of Employment) Regulations 2006 may apply to the contract. It is the responsibility of potential service providers to take their own advice and consider TUPE implications and to act accordingly. The potential service providers are encouraged to carry out their own due diligence exercise. The contracting authority will be providing the information provided by the current service provider in good faith.

The contracting authority will not be able to warrant the accuracy or completeness of this information and will not bear any liability for any inaccuracy or incompleteness.

The procurement process is to be conducted in accordance with the restricted procedure, under Directive 2014/24/EU (public) on the award of public sector contracts, as implemented in the UK by the Public Contracts Regulations 2015.

This procurement is also to be conducted in accordance with the contracting authority’s drive to deliver best value whilst meeting its own requirements. At the end of this procurement process, the contracting authority may choose to award a contract.

The award criteria have been developed to assist the contracting authority in deciding which tender represents the most economically advantageous tender based on Quality 70 % and Price 30 % broken down provided in II.2.5).

Further to II.2.7) any extension will be at the contracting authority’s sole discretion and subject to the appointed service provider’s satisfactory performance and availability of funds.

The total estimated value of the 30-month contract period is up to 3 000 000 GBP.

Expressions of interest:

The procurement process is being carried out electronically via the TfL’s eTendering Portal: ProContract from ProActis, ‘the Portal’.

Link: https://procontract.due-north.com/

Interested suppliers are required to express their interest in this opportunity via the Portal as soon as possible and submit their completed standard selection questionnaire (SSQ) by the specified deadline. Late SSQ submissions will not be accepted.

Any requests for clarification regarding this procurement must be submitted by the specified deadline via the Portal: https://procontract.due-north.com/

Please do not contact any TfL or GLA employees directly throughout the procurement process as it is imperative that the process remains fair and transparent to all applicants. Failure to comply may result in your submission being rejected by us.

Any clarifications regarding this procurement must be submitted to the procurement lead via the Portal. Guidance on how to use the Portal is available on the front-page: https://procontract.due-north.com/

For any additional guidance and help on how to use the Portal please contact the Portal’s Supplier HelpDesk which is available by email to: mailto:ProContractSuppliers@ProActis.com ?subject=TED

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

HM Courts and Tribunal Service

The Strand

London

WC2A 2LL

UK

Cyfeiriad(au) rhyngrwyd

URL: https://www.gov.uk/government/organisations/hm-courts-and-tribunals-service

VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu

Transport for London

14 Pier Walk

London

SE10 0ES

UK

E-bost: nicolehackshaw@tfl.gov.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

15/11/2019

Codio

Categorïau nwyddau

ID Teitl Prif gategori
71300000 Gwasanaethau peirianneg Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
71000000 Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio Adeiladu ac Eiddo Tiriog
71314200 Gwasanaethau rheoli ynni Ynni a gwasanaethau cysylltiedig
71314300 Gwasanaethau ymgynghori ar effeithlonrwydd ynni Ynni a gwasanaethau cysylltiedig
79410000 Gwasanaethau ymgynghori ar fusnes a rheoli Gwasanaethau ymgynghori ar fusnes a rheoli a gwasanaethau cysylltiedig
71310000 Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu Gwasanaethau peirianneg

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
nicolehackshaw@tfl.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.