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