Results of the procurement procedure
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityHousing and community amenities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of EPC Surveys and Associated Services
Reference number: OP 7232
II.1.2)Main CPV code71314300 Energy-efficiency consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
Optivo wishes to appoint a service provider experienced in the delivery of surveys to provide Energy Performance Certificates (EPCs) and associated reporting.
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)71314000 Energy and related services
71314300 Energy-efficiency consultancy services
II.2.3)Place of performanceNUTS code: UKJ SOUTH EAST (ENGLAND)
NUTS code: UKJ4 Kent
NUTS code: UKI LONDON
NUTS code: UKJ2 Surrey, East and West Sussex
Main site or place of performance:
Optivo properties in London, Sussex and Kent.
II.2.4)Description of the procurement:
Optivo wishes to appoint a service provider experienced in the delivery of surveys to provide Energy Performance Certificates (EPCs).
The service provider will carry out 2 550 energy performance surveys which will support Optivo’s energy efficiency retrofit programme over 3 years. The surveys will result in the provision of EPCs, RdSAP data in XML format and a ‘Route to Band C’ report (Appendix 8).
These technical EPC surveys are an essential part of the retrofit plan delivery programme as they supply an energy efficiency rating before and after the proposed retrofit works. This contract will help us to achieve our strategic target of 80 % of homes reach EPC Band C by 2025 and to reach the Government’s target of 100 % EPC Band C homes by 2030.
This contract will target our worst performing properties, according to current data, in London, Sussex and Kent.
Optivo’s retrofit strategy is key for our target to maintain SHIFT Gold in 2021. In order to produce a robust retrofit programme, we require accurate and thorough data that can be obtained through the work detailed in this specification.
Please see Invitation to Tender and Appendices.
II.2.5)Award criteriaQuality criterion - Name: Resourcing / Weighting: 20
Quality criterion - Name: Mobilisation, delivery schedule, contract management and reporting / Weighting: 15
Quality criterion - Name: Resident focus / Weighting: 10
Quality criterion - Name: Social value / Weighting: 5
Price - Weighting: 50
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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.2.1)Previous publication concerning this procedure IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice
Section V: Award of contract
A contract/lot is awarded: no
V.1)Information on non-awardThe contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section VI: Complementary information
VI.3)Additional information: VI.4)Procedures for review
VI.5)Date of dispatch of this notice:15/02/2021