Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Energy Efficiency Consultancy Services

  • First published: 13 February 2020
  • Last modified: 13 February 2020

Contents

Summary

OCID:
ocds-kuma6s-099797
Published by:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Authority ID:
AA61405
Publication date:
13 February 2020
Deadline date:
12 March 2020
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

LHC require the provision of Energy Efficiency Consultancy services, to complement LHC’s Energy Efficiency Measures and Associated Works Framework Agreement (N8), expected to commence in March 2020 and other LHC Framework Agreements, covering Energy Efficiency measures. As a minimum, Tenderers are required to have the capability and experience to provide consultancy and project management services for the 21 energy efficiency measures as specified in the ITT documents. CPV: 71314300, 71314300, 71314300, 71314300, 71314300, 71314300, 71314300, 71314300, 71314300.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

LHC for the Welsh Procurement Alliance (WPA)

Regus House, Falcon Drive

Cardiff

CF10 4RU

UK

Telephone: +44 1895274800

E-mail: umar.khan@lhc.gov.uk

NUTS: UK

Internet address(es)

Main address: http://www.lhc.gov.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.procontract.due-north.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.procontract.due-north.com


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Provision of Framework Services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Energy Efficiency Consultancy Services

Reference number: N8C

II.1.2) Main CPV code

71314300

 

II.1.3) Type of contract

Services

II.1.4) Short description

LHC require the provision of Energy Efficiency Consultancy services, to complement LHC’s Energy Efficiency Measures and Associated Works Framework Agreement (N8), expected to commence in March 2020 and other LHC Framework Agreements, covering Energy Efficiency measures. As a minimum, Tenderers are required to have the capability and experience to provide consultancy and project management services for the 21 energy efficiency measures as specified in the ITT documents.

II.1.5) Estimated total value

Value excluding VAT: 10 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

London

II.2.2) Additional CPV code(s)

71314300

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

London

II.2.4) Description of the procurement

LHC require the provision of Energy Efficiency Consultancy services, to complement LHC’s Energy Efficiency Measures and Associated Works Framework Agreement (N8), expected to commence in March 2020 and other LHC Framework Agreements, covering Energy Efficiency measures. As a minimum, Tenderers are required to have the capability and experience to provide consultancy and project management services for the 21 energy efficiency measures, which form the core services for the N8 Framework Agreement:

- A – External Wall Insulation

- B – Cavity Wall Insulation

- C – Internal Wall Insulation

- D – Insulation Materials (Loft)

- E – Biomass

- F – Solar PV with Battery storage

- G – Air to Water Heat Pumps

- H – District Heating Interface Units

- I – Traditional Boilers

- K – Rainscreen & Cladding

- L – CHP or CCHP

- M - Gas Absorption Heat Pumps

- N – Boiler Optimisation Technologies

- O – Lighting Controls

- P – EV Charging Infrastructure

- R – Solar Thermal Systems

- S – Building Energy Management Systems

- T – Floor Insulation

- U - Ground Source Heat Pumps

- V – Commercial Boilers

- W – Electric Heaters

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

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: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

East of England

II.2.2) Additional CPV code(s)

71314300

II.2.3) Place of performance

NUTS code:

UKH

II.2.4) Description of the procurement

LHC require the provision of Energy Efficiency Consultancy services, to complement LHC’s Energy Efficiency Measures and Associated Works Framework Agreement (N8), expected to commence in March 2020 and other LHC Framework Agreements, covering Energy Efficiency measures. As a minimum, Tenderers are required to have the capability and experience to provide consultancy and project management services for the 21 energy efficiency measures, which form the core services for the N8 Framework Agreement:

- A – External Wall Insulation

- B – Cavity Wall Insulation

- C – Internal Wall Insulation

- D – Insulation Materials (Loft)

- E – Biomass

- F – Solar PV with Battery storage

- G – Air to Water Heat Pumps

- H – District Heating Interface Units

- I – Traditional Boilers

- K – Rainscreen & Cladding

- L – CHP or CCHP

- M - Gas Absorption Heat Pumps

- N – Boiler Optimisation Technologies

- O – Lighting Controls

- P – EV Charging Infrastructure

- R – Solar Thermal Systems

- S – Building Energy Management Systems

- T – Floor Insulation

- U - Ground Source Heat Pumps

- V – Commercial Boilers

- W – Electric Heaters

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

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: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

South East

II.2.2) Additional CPV code(s)

71314300

II.2.3) Place of performance

NUTS code:

UKJ

II.2.4) Description of the procurement

LHC require the provision of Energy Efficiency Consultancy services, to complement LHC’s Energy Efficiency Measures and Associated Works Framework Agreement (N8), expected to commence in March 2020 and other LHC Framework Agreements, covering Energy Efficiency measures. As a minimum, Tenderers are required to have the capability and experience to provide consultancy and project management services for the 21 energy efficiency measures, which form the core services for the N8 Framework Agreement:

- A – External Wall Insulation

- B – Cavity Wall Insulation

- C – Internal Wall Insulation

- D – Insulation Materials (Loft)

- E – Biomass

- F – Solar PV with Battery storage

- G – Air to Water Heat Pumps

- H – District Heating Interface Units

- I – Traditional Boilers

- K – Rainscreen & Cladding

- L – CHP or CCHP

- M - Gas Absorption Heat Pumps

- N – Boiler Optimisation Technologies

- O – Lighting Controls

- P – EV Charging Infrastructure

- R – Solar Thermal Systems

- S – Building Energy Management Systems

- T – Floor Insulation

- U - Ground Source Heat Pumps

- V – Commercial Boilers

- W – Electric Heaters

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

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: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Midlands

II.2.2) Additional CPV code(s)

71314300

II.2.3) Place of performance

NUTS code:

UKG

UKF

II.2.4) Description of the procurement

LHC require the provision of Energy Efficiency Consultancy services, to complement LHC’s Energy Efficiency Measures and Associated Works Framework Agreement (N8), expected to commence in March 2020 and other LHC Framework Agreements, covering Energy Efficiency measures. As a minimum, Tenderers are required to have the capability and experience to provide consultancy and project management services for the 21 energy efficiency measures, which form the core services for the N8 Framework Agreement:

- A – External Wall Insulation

- B – Cavity Wall Insulation

- C – Internal Wall Insulation

- D – Insulation Materials (Loft)

- E – Biomass

- F – Solar PV with Battery storage

- G – Air to Water Heat Pumps

- H – District Heating Interface Units

- I – Traditional Boilers

- K – Rainscreen & Cladding

- L – CHP or CCHP

- M - Gas Absorption Heat Pumps

- N – Boiler Optimisation Technologies

- O – Lighting Controls

- P – EV Charging Infrastructure

- R – Solar Thermal Systems

- S – Building Energy Management Systems

- T – Floor Insulation

- U - Ground Source Heat Pumps

- V – Commercial Boilers

- W – Electric Heaters

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

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: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

South West

II.2.2) Additional CPV code(s)

71314300

II.2.3) Place of performance

NUTS code:

UKK

II.2.4) Description of the procurement

LHC require the provision of Energy Efficiency Consultancy services, to complement LHC’s Energy Efficiency Measures and Associated Works Framework Agreement (N8), expected to commence in March 2020 and other LHC Framework Agreements, covering Energy Efficiency measures. As a minimum, Tenderers are required to have the capability and experience to provide consultancy and project management services for the 21 energy efficiency measures, which form the core services for the N8 Framework Agreement:

- A – External Wall Insulation

- B – Cavity Wall Insulation

- C – Internal Wall Insulation

- D – Insulation Materials (Loft)

- E – Biomass

- F – Solar PV with Battery storage

- G – Air to Water Heat Pumps

- H – District Heating Interface Units

- I – Traditional Boilers

- K – Rainscreen & Cladding

- L – CHP or CCHP

- M - Gas Absorption Heat Pumps

- N – Boiler Optimisation Technologies

- O – Lighting Controls

- P – EV Charging Infrastructure

- R – Solar Thermal Systems

- S – Building Energy Management Systems

- T – Floor Insulation

- U - Ground Source Heat Pumps

- V – Commercial Boilers

- W – Electric Heaters

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

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: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

North England

II.2.2) Additional CPV code(s)

71314300

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

II.2.4) Description of the procurement

LHC require the provision of Energy Efficiency Consultancy services, to complement LHC’s Energy Efficiency Measures and Associated Works Framework Agreement (N8), expected to commence in March 2020 and other LHC Framework Agreements, covering Energy Efficiency measures. As a minimum, Tenderers are required to have the capability and experience to provide consultancy and project management services for the 21 energy efficiency measures, which form the core services for the N8 Framework Agreement:

- A – External Wall Insulation

- B – Cavity Wall Insulation

- C – Internal Wall Insulation

- D – Insulation Materials (Loft)

- E – Biomass

- F – Solar PV with Battery storage

- G – Air to Water Heat Pumps

- H – District Heating Interface Units

- I – Traditional Boilers

- K – Rainscreen & Cladding

- L – CHP or CCHP

- M - Gas Absorption Heat Pumps

- N – Boiler Optimisation Technologies

- O – Lighting Controls

- P – EV Charging Infrastructure

- R – Solar Thermal Systems

- S – Building Energy Management Systems

- T – Floor Insulation

- U - Ground Source Heat Pumps

- V – Commercial Boilers

- W – Electric Heaters

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

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: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 7

II.2.1) Title

Wales

II.2.2) Additional CPV code(s)

71314300

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

LHC require the provision of Energy Efficiency Consultancy services, to complement LHC’s Energy Efficiency Measures and Associated Works Framework Agreement (N8), expected to commence in March 2020 and other LHC Framework Agreements, covering Energy Efficiency measures. As a minimum, Tenderers are required to have the capability and experience to provide consultancy and project management services for the 21 energy efficiency measures, which form the core services for the N8 Framework Agreement:

- A – External Wall Insulation

- B – Cavity Wall Insulation

- C – Internal Wall Insulation

- D – Insulation Materials (Loft)

- E – Biomass

- F – Solar PV with Battery storage

- G – Air to Water Heat Pumps

- H – District Heating Interface Units

- I – Traditional Boilers

- K – Rainscreen & Cladding

- L – CHP or CCHP

- M - Gas Absorption Heat Pumps

- N – Boiler Optimisation Technologies

- O – Lighting Controls

- P – EV Charging Infrastructure

- R – Solar Thermal Systems

- S – Building Energy Management Systems

- T – Floor Insulation

- U - Ground Source Heat Pumps

- V – Commercial Boilers

- W – Electric Heaters

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

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: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 8

II.2.1) Title

Scotland

II.2.2) Additional CPV code(s)

71314300

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

LHC require the provision of Energy Efficiency Consultancy services, to complement LHC’s Energy Efficiency Measures and Associated Works Framework Agreement (N8), expected to commence in March 2020 and other LHC Framework Agreements, covering Energy Efficiency measures. As a minimum, Tenderers are required to have the capability and experience to provide consultancy and project management services for the 21 energy efficiency measures, which form the core services for the N8 Framework Agreement:

- A – External Wall Insulation

- B – Cavity Wall Insulation

- C – Internal Wall Insulation

- D – Insulation Materials (Loft)

- E – Biomass

- F – Solar PV with Battery storage

- G – Air to Water Heat Pumps

- H – District Heating Interface Units

- I – Traditional Boilers

- K – Rainscreen & Cladding

- L – CHP or CCHP

- M - Gas Absorption Heat Pumps

- N – Boiler Optimisation Technologies

- O – Lighting Controls

- P – EV Charging Infrastructure

- R – Solar Thermal Systems

- S – Building Energy Management Systems

- T – Floor Insulation

- U - Ground Source Heat Pumps

- V – Commercial Boilers

- W – Electric Heaters

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

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: No

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

As specified in the ITT documents

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 12/03/2020

Local time: 12:00

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: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 12/03/2020

Local time: 13:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Tenderers wishing to service lots for Wales will be required to accommodate the requirements of the‘Well-being of Future Generations Act’.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=99797.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

LHC Clients are required to consider Community Benefits on each and every contract. Tenderers

must beware that LHC Clients may add Community Benefit requirements including but not

limited to:

— to generate employment and training opportunities for priority groups,

— vocational training,

— to up-skill the existing workforce,

— equality and diversity initiatives,

— to make sub-contracting opportunities available to SMEs, the third sector and supported

businesses,

— supply-chain development activity,

— to build capacity in community organisations,

— educational support initiatives.

(WA Ref:99797)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

UK

Telephone: +44 3450103503

E-mail: publicprocurementreview@cabinetoffice.gov.uk

VI.4.4) Service from which information about the review procedure may be obtained

Public Procurement Review Service

Cabinet Office

London

UK

Telephone: +44 3450103503

E-mail: publicprocurementreview@cabinetoffice.gov.uk

VI.5) Date of dispatch of this notice

11/02/2020

Coding

Commodity categories

ID Title Parent category
71314300 Energy-efficiency consultancy services Energy and related services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
100 UK - All
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
13 February 2020
Deadline date:
12 March 2020 00:00
Notice type:
02 Contract Notice
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
25 May 2020
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)

About the buyer

Main contact:
umar.khan@lhc.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.