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.

03 Contract Award Notice - Successful Supplier(s)

Energy Efficiency (Decarbonisation) Consultancy Services

  • First published: 25 May 2020
  • Last modified: 25 May 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-099797
Published by:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Authority ID:
AA61405
Publication date:
25 May 2020
Deadline date:
-
Notice type:
03 Contract Award Notice - Successful Supplier(s)
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 October 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 award notice

Results of the procurement procedure

Section I: Contracting entity

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.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 (Decarbonisation) 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 October 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.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Lowest offer: 1.00  GBP/ Highest offer: 20 000 000.00  GBP

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 October 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

Quality criterion: Project Case Study / Weighting: 15

Quality criterion: Framework Management & Capability / Weighting: 13

Quality criterion: Project Resources / Weighting: 10

Quality criterion: Regional Capability / Weighting: 7

Quality criterion: CDM Compliance / Weighting: 8

Quality criterion: Social Value / Weighting: 7

Price / Weighting:  40

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 October 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

Quality criterion: Project Case Study / Weighting: 15

Quality criterion: Framework Management & Capability / Weighting: 13

Quality criterion: Project Resources / Weighting: 10

Quality criterion: Regional Capability / Weighting: 7

Quality criterion: CDM Compliance / Weighting: 8

Quality criterion: Social Value / Weighting: 7

Price / Weighting:  40

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 October 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

Quality criterion: Project Case Study / Weighting: 15

Quality criterion: Framework Management & Capability / Weighting: 13

Quality criterion: Project Resources / Weighting: 10

Quality criterion: Regional Capability / Weighting: 7

Quality criterion: CDM Compliance / Weighting: 8

Quality criterion: Social Value / Weighting: 7

Price / Weighting:  40

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 October 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

Quality criterion: Project Case Study / Weighting: 15

Quality criterion: Framework Management & Capability / Weighting: 13

Quality criterion: Project Resources / Weighting: 10

Quality criterion: Regional Capability / Weighting: 7

Quality criterion: CDM Compliance / Weighting: 8

Quality criterion: Social Value / Weighting: 7

Price / Weighting:  40

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 October 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

Quality criterion: Project Case Study / Weighting: 15

Quality criterion: Framework Management & Capability / Weighting: 13

Quality criterion: Project Resources / Weighting: 10

Quality criterion: Regional Capability / Weighting: 7

Quality criterion: CDM Compliance / Weighting: 8

Quality criterion: Social Value / Weighting: 7

Price / Weighting:  40

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 October 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

Quality criterion: Project Case Study / Weighting: 15

Quality criterion: Framework Management & Capability / Weighting: 13

Quality criterion: Project Resources / Weighting: 10

Quality criterion: Regional Capability / Weighting: 7

Quality criterion: CDM Compliance / Weighting: 8

Quality criterion: Social Value / Weighting: 7

Price / Weighting:  40

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 October 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

Quality criterion: Project Case Study / Weighting: 15

Quality criterion: Framework Management & Capability / Weighting: 13

Quality criterion: Project Resources / Weighting: 10

Quality criterion: Regional Capability / Weighting: 7

Quality criterion: CDM Compliance / Weighting: 8

Quality criterion: Social Value / Weighting: 7

Price / Weighting:  40

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 October 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

Quality criterion: Project Case Study / Weighting: 15

Quality criterion: Framework Management & Capability / Weighting: 13

Quality criterion: Project Resources / Weighting: 10

Quality criterion: Regional Capability / Weighting: 7

Quality criterion: CDM Compliance / Weighting: 8

Quality criterion: Social Value / Weighting: 7

Price / Weighting:  40

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 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

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:

2020/S 031-073747

Section V: Award of contract

Lot No: 1

Title: London

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/05/2020

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

CURRIE & BROWN UK LTD

CURRIE & BROWN UK LTD, 40 Holborn Viaduct

LONDON

EC1N2PB

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

GEP Environmental

Unit 5, Basepoint Business Centre, 1 Winnall Valley Road

Winchester

SO230LD

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Rybka Ltd

24 Rutland Street

Edinburgh

EH12AN

UK

NUTS: UKM75

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Drees & Sommer UK Ltd

13 New North Street

London

WC1N3PJ

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 20 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: East of England

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/05/2020

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

CURRIE & BROWN UK LTD

CURRIE & BROWN UK LTD, 40 Holborn Viaduct

LONDON

EC1N2PB

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Rybka Ltd

24 Rutland Street

Edinburgh

EH12AN

UK

NUTS: UKM75

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Drees & Sommer UK Ltd

13 New North Street

London

WC1N3PJ

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 20 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: South East

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/05/2020

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

GEP Environmental

Unit 5, Basepoint Business Centre, 1 Winnall Valley Road

Winchester

SO230LD

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

CURRIE & BROWN UK LTD

CURRIE & BROWN UK LTD, 40 Holborn Viaduct

LONDON

EC1N2PB

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Rybka Ltd

24 Rutland Street

Edinburgh

EH12AN

UK

NUTS: UKM75

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Drees & Sommer UK Ltd

13 New North Street

London

WC1N3PJ

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 20 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Title: Midlands

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/05/2020

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

CURRIE & BROWN UK LTD

CURRIE & BROWN UK LTD, 40 Holborn Viaduct

LONDON

EC1N2PB

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Rybka Ltd

24 Rutland Street

Edinburgh

EH12AN

UK

NUTS: UKM75

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 20 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Title: South West

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/05/2020

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

CURRIE & BROWN UK LTD

CURRIE & BROWN UK LTD, 40 Holborn Viaduct

LONDON

EC1N2PB

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Rybka Ltd

24 Rutland Street

Edinburgh

EH12AN

UK

NUTS: UKM75

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Drees & Sommer UK Ltd

13 New North Street

London

WC1N3PJ

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 20 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

Title: North England

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/05/2020

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

CURRIE & BROWN UK LTD

CURRIE & BROWN UK LTD, 40 Holborn Viaduct

LONDON

EC1N2PB

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

GEP Environmental

Unit 5, Basepoint Business Centre, 1 Winnall Valley Road

Winchester

SO230LD

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Rybka Ltd

24 Rutland Street

Edinburgh

EH12AN

UK

NUTS: UKM75

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

MDG Consultants

McDermott House, Inveralmond Place, Inveralmond Industrial Estate

Perth

PH13TS

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 20 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 7

Title: Wales

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/05/2020

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

CURRIE & BROWN UK LTD

CURRIE & BROWN UK LTD, 40 Holborn Viaduct

LONDON

EC1N2PB

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

GEP Environmental

Unit 5, Basepoint Business Centre, 1 Winnall Valley Road

Winchester

SO230LD

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Rybka Ltd

24 Rutland Street

Edinburgh

EH12AN

UK

NUTS: UKM75

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 20 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 8

Title: Scotland

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/05/2020

V.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Warmworks

1 Carmichael Place, Suite 5

Edinburgh

EH65PH

UK

NUTS: UKM75

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CURRIE & BROWN UK LTD

CURRIE & BROWN UK LTD, 40 Holborn Viaduct

LONDON

EC1N2PB

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

GEP Environmental

Unit 5, Basepoint Business Centre, 1 Winnall Valley Road

Winchester

SO230LD

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Rybka Ltd

24 Rutland Street

Edinburgh

EH12AN

UK

NUTS: UKM75

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

MDG Consultants

McDermott House, Inveralmond Place, Inveralmond Industrial Estate

Perth

PH13TS

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 1.00  GBP / Highest offer: 20 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

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’.

(WA Ref:101771)

VI.4) Procedures for review

VI.4.1) Review body

High Court

The Royal Courts Of Justice, The Strand

London

WC2A 2LL

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

21/05/2020

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.