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)

Retrofit and Decarbonisation Framework

  • First published: 21 March 2025
  • Last modified: 21 March 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

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-141010
Published by:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Authority ID:
AA61405
Publication date:
21 March 2025
Deadline date:
-
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
Yes

Abstract

LHC Procurement Group has awarded for our Retrofit and Decarbonisation Framework - N9. This new Framework will replace LHCPG's successful Energy Efficiency Framework (N8) and our Energy Efficiency Consultancy Framework (N8C). The Retrofit and Decarbonisation Framework will provide our clients with access to a range of retrofit and decarbonisation measures on their approach to achieving net zero targets. This Framework consists of the following workstreams, and lots within them: WORKSTREAM 1 - CONSULTANCY SERVICES Lot 1 - Energy Policy/Strategy and Grant Funding Support Lot 2 - Management Agent / Multi-Disciplinary Consultancy Lot 3 - PAS 2035 (Domestic Building Audits and Heat Decarbonisation Plans) Lot 4 - PAS 2038 (Commercial Building Audits and Heat Decarbonisation Plans) WORKSTREAM 2 - MULTI-DISCIPLINARY WORKS Lot 5 - Multi-Disciplinary Works - 0 to 750K Lot 6 - Multi-Disciplinary Works - 750K to 2.5m Lot 7 - Multi-Disciplinary Works - 2.5m plus WORKSTREAM 3 BUILDING INSULATION Lot 8 - Internal Insulation Lot 9 - Loft Insulation Lot 10 - Cavity Wall Insulation Lot 11 - External Wall Insulation - up to 11m Lot 12 - External Wall Insulation - 11m and Higher Lot 13 - Rainscreen Cladding WORKSTREAM 4 HEATING AND VENTILATION SYSTEMS Lot 14 - Domestic Boiler Based Space Heating Systems Lot 15 - Domestic Renewables Space Heating Systems Lot 16 - Commercial and Communal Heating Systems Lot 17 - District and Network Heating Systems Lot 18 - Electrical Space Heating Systems Lot 19 - Building Ventilation Systems WORKSTREAM 5 BUILDING CONTROL AND MANAGEMENT SYSTEMS Lot 20 - Building Management Systems Lot 21 - Individual Metering WORKSTREAM 6 - SOLAR PV AND ELECTRICAL Lot 22 - Solar PV and Electrical Energy Storage Systems (EESS) Lot 23 - EV Charging CPV: 45453100, 71314300, 71314300, 71314300, 71314300, 45453000, 45453000, 45453000, 45320000, 45320000, 45320000, 45320000, 45320000, 45320000, 45331000, 45331000, 45331000, 45331000, 45331000, 45331000, 45331000, 45331000, 09330000, 51110000.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

LHC Procurement Group for the Welsh Procurement Alliance (WPA)

2-4 Vine Street

Uxbridge

UB8 1QE

UK

Telephone: +44 1895274800

E-mail: procurement@lhcprocure.org.uk

NUTS: UK

Internet address(es)

Main address: http://www.lhcprocure.org.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: Public Sector Framework Provider

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Retrofit and Decarbonisation Framework

Reference number: N9

II.1.2) Main CPV code

45453100

 

II.1.3) Type of contract

Works

II.1.4) Short description

LHC Procurement Group has awarded for our Retrofit and Decarbonisation Framework - N9. This new Framework will replace LHCPG's successful Energy Efficiency Framework (N8) and our Energy Efficiency Consultancy Framework (N8C).

The Retrofit and Decarbonisation Framework will provide our clients with access to a range of retrofit and decarbonisation measures on their approach to achieving net zero targets.

This Framework consists of the following workstreams, and lots within them:

WORKSTREAM 1 - CONSULTANCY SERVICES

Lot 1 - Energy Policy/Strategy and Grant Funding Support

Lot 2 - Management Agent / Multi-Disciplinary Consultancy

Lot 3 - PAS 2035 (Domestic Building Audits and Heat Decarbonisation Plans)

Lot 4 - PAS 2038 (Commercial Building Audits and Heat Decarbonisation Plans)

WORKSTREAM 2 - MULTI-DISCIPLINARY WORKS

Lot 5 - Multi-Disciplinary Works - 0 to 750K

Lot 6 - Multi-Disciplinary Works - 750K to 2.5m

Lot 7 - Multi-Disciplinary Works - 2.5m plus

WORKSTREAM 3 BUILDING INSULATION

Lot 8 - Internal Insulation

Lot 9 - Loft Insulation

Lot 10 - Cavity Wall Insulation

Lot 11 - External Wall Insulation - up to 11m

Lot 12 - External Wall Insulation - 11m and Higher

Lot 13 - Rainscreen Cladding

WORKSTREAM 4 HEATING AND VENTILATION SYSTEMS

Lot 14 - Domestic Boiler Based Space Heating Systems

Lot 15 - Domestic Renewables Space Heating Systems

Lot 16 - Commercial and Communal Heating Systems

Lot 17 - District and Network Heating Systems

Lot 18 - Electrical Space Heating Systems

Lot 19 - Building Ventilation Systems

WORKSTREAM 5 BUILDING CONTROL AND MANAGEMENT SYSTEMS

Lot 20 - Building Management Systems

Lot 21 - Individual Metering

WORKSTREAM 6 - SOLAR PV AND ELECTRICAL

Lot 22 - Solar PV and Electrical Energy Storage Systems (EESS)

Lot 23 - EV Charging

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 80 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Energy Policy/Strategy and Grant Funding Support

II.2.2) Additional CPV code(s)

71314300

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot provides an integrated approach to supporting organisations in developing and implementing comprehensive energy policies and strategies and additional support in energy efficiency, retrofit and decarbonisation. It focuses on facilitating comprehensive long-term planning, access to government funding, and strategic development of organisations retrofit and decarbonisation plans.

Services within this lot will include guidance on strategy formulation, energy policy development, and navigating funding opportunities. This may include assistance from the early planning stages through the identification, application, and management of funding processes to support sustainable energy development initiatives.

Consultants appointed to this lot may be required to provide tailored advice and strategic planning assistance to assist the organisation as a whole, or project specific advice. Their role may cover the evaluation of energy policy needs, alignment with strategic objectives, and adherence to relevant standards and regulations.

Services required may also include client training such as retrofit awareness and grant funding application training.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

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

Management Agent / Multi-Disciplinary Consultancy

II.2.2) Additional CPV code(s)

71314300

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot provides for external managing agent / consultancy to oversee and manage the delivery of all aspects of a retrofit project or programme.

Working closely with the client, the managing agent will provide a turnkey service to delivering retrofit projects on behalf of the client from inception through to business case, design, completion and handover, including principal designer and/or contracting responsibilities where required. This may include identifying, applying for and managing grant funding or other revenue streams to help build the business case for the project.

Typical services that would fall under the scope of organisations being appointed to this lot include (but not limited to):

- Surveys and other associated analysis

- Development of the business case and options appraisal

- Support with grant funding applications and reporting

- Support with any planning or other applications

- Overall management of the project from end to end including resident or community engagement

- Sourcing of any installation sub-contractor and/or other specialists

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Where appropriate all specialist works required for the delivery of the project may be sourced from one of the companies that have been appointed to the N9 framework lots 5 - 23, or any other relevant LHC framework arrangement such as our windows and doors, roofing or other frameworks.

Where not using an LHC appointed company all works should be carried out in line with the standards and specification set out in the relevant N9 specification and all installation services and products offered will be required to comply with all relevant International, European and British regulations and standards.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

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

PAS 2035 (Domestic Building Audits and Heat Decarbonisation Plans)

II.2.2) Additional CPV code(s)

71314300

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot covers the supply of PAS 2035 retrofit professionals for providing advice and consultancy services on retrofit projects covered under the PAS 2035 Standards for domestic buildings. Included in this workstream are the tasks of delivering PAS 2035 compliance through various stages, from initial building assessments and energy efficiency consultations to the application of retrofitting measures and the integration of multi-disciplinary retrofit strategies.

The consultancy will cover the entire process, offering expert advice, planning, and implementation services to ensure the retrofitting projects align with the PAS 2035 framework and contribute to the client's carbon reduction goals.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

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

PAS 2038 (Commercial Building Audits and Heat Decarbonisation Plans)

II.2.2) Additional CPV code(s)

71314300

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This workstream focuses on delivering expert consultancy for retrofitting projects in alignment with PAS 2038 standards, specifically targeting non-domestic buildings.

The primary goal is to enhance energy efficiency and performance across a variety of structures, from office buildings to multi-residential facilities with communal spaces. The consultancy adopts a comprehensive approach to retrofitting, ensuring the improvements align with the building's functional requirements and sustainability goals.

The consultancy will cover the entire process, offering expert advice, planning, and implementation services to ensure the retrofitting projects align with the PAS 2038 framework and contribute to the client's carbon reduction goals.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

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

Multi-Disciplinary Retrofit Works 0 to 750k

II.2.2) Additional CPV code(s)

45453000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The purpose of this multi-disciplinary lot is to provide LHC clients with a route to approved contractors who can provide a range of retrofit and decarbonisation services under a single contract.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

This lot is for multi-disciplinary projects or programmes with a value of up to 750,000 GBP and as such LHC's intention is that this lot will be suitable for bidding by SMEs.

Companies appointed to this lot will be able to offer client's an end to end installation and commissioning of retrofit and decarbonisation services either via direct labour or via specialist sub-contractors with the appointed companies to this lot capable of being appointed as principal designer and/or principal contractor.

Projects delivered through this lot will typically encompass a range of measures covered in lots 8 - 23, however the scope of this lot also allows for any other works required for the retrofit of a building.

Key tasks include the supporting the client in the surveying, assessment, design, selection (of key systems, components and supply chain), specification development, installation of appropriate systems and components, and thorough commissioning, testing, and handover processes.

Companies appointed to this lot shall be responsible for all project management, and administration activities as detailed in this specification, this includes carrying out the installation process, ensuring adherence to technical standards, conducting necessary inspections, and providing maintenance guidance as required.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

Where appropriate all specialist works required for the delivery of the project may be sourced from one of the companies that have been appointed to the N9 framework lots 5 - 23, or any other relevant LHC framework arrangement such as our windows and doors, roofing or other frameworks.

Where not using an LHC appointed company all works should be carried out in line with the standards and specification set out in the relevant N9 specification and all installation services and products offered will be required to comply with all relevant International, European and British regulations and standards.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

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

Multi-Disciplinary Retrofit Works 750k to 2.5m

II.2.2) Additional CPV code(s)

45453000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The purpose of this multi-disciplinary lot is to provide LHC clients with a route to approved contractors who can provide a range of retrofit and decarbonisation works under a single project / contract.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

This lot is for medium to large multi-disciplinary projects or programmes with a value of between 750,000 and 2.5million GBP, and as such LHC's intention is that this lot will be suitable for a range of small and medium sized contractors.

Companies appointed to this lot will be able to offer client's an end to end installation and commissioning of retrofit and decarbonisation services either via direct labour or via specialist sub-contractors with the appointed companies to this lot capable of being appointed as principal designer and/or principal contractor.

Projects delivered through this lot will typically encompass a range of measures covered in lots 8 - 23, but the scope of this lot also allows for any other works required for the retrofit of a building.

Key tasks include the supporting the client in the surveying, assessment, design, selection (of key systems, components and supply chain), specification development, installation of appropriate systems and components, and thorough commissioning, testing, and handover processes.

Companies appointed to this lot shall be responsible for all project management, and administration activities as detailed in this specification, this includes carrying out the installation process, ensuring adherence to technical standards, conducting necessary inspections, and providing maintenance guidance as required.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

Where appropriate all specialist works required for the delivery of the project may be sourced from one of the companies that have been appointed to the N9 framework lots 5 - 23, or any other relevant LHC framework arrangement such as our windows and doors, roofing or other frameworks.

Where not using an LHC appointed company all works should be carried out in line with the standards and specification set out in the relevant N9 specification and all installation services and products offered will be required to comply with all relevant International, European and British regulations and standards.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

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

Multi-Disciplinary Retrofit Works 2.5m plus

II.2.2) Additional CPV code(s)

45453000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The purpose of this multi-disciplinary lot is to provide LHC clients with a route to approved contractors who can provide a range of retrofit and decarbonisation services under a single contract.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

This lot is for medium to large multi-disciplinary projects or programmes with a value in excess of 2.5million GBP, and as such LHC's intention is that this lot will be suitable for a range of medium sized to large contractors.

Companies appointed to this lot will be able to offer client's an end to end installation and commissioning of retrofit and decarbonisation services either via direct labour or via specialist sub-contractors, with the appointed companies to this lot capable of being appointed as principal designer and/or principal contractor.

Projects delivered through this lot will typically encompass a range of measures covered in lots 8 - 23, but the scope of this lot also allows for any other works required for the retrofit of a building.

Key tasks include the supporting the client in the surveying, assessment, design, selection (of key systems, components, and supply chain), specification development, installation of appropriate systems and components, and thorough commissioning, testing, and handover processes.

Companies appointed to this lot shall be responsible for all project management, and administration activities as detailed in this specification, this includes carrying out the installation process, ensuring adherence to technical standards, conducting necessary inspections, and providing maintenance guidance as required.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

Where appropriate all specialist works required for the delivery of the project may be sourced from one of the companies that have been appointed to the N9 framework lots 8 - 23, or any other relevant LHC framework arrangement such as our windows and doors, roofing or other frameworks.

Where not using an LHC appointed company all works should be carried out in line with the standards and specification set out in the relevant N9 specification and all installation services and products offered will be required to comply with all relevant International, European and British regulations and standards.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

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

Internal Insulation

II.2.2) Additional CPV code(s)

45320000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot encompasses all internal elements of insulation, incorporating internal wall, pipe, tanks, radiators and floor insulation. This specification also includes specific measures for draft proofing for internal elements of the property.

Key tasks include supporting the client in the surveying, assessment, design, selection (of key systems, components, and supply chain), specification development, installation of systems, and thorough commissioning, testing, and handover processes.

Installations will involve the application of insulation materials to internal walls, pipes, tanks, radiators and floors, coordinating with the structural requirements, and ensuring proper integration of these insulation components. This includes all necessary fabrications, installations, and interface works to meet technical specifications.

Companies appointed to this lot shall be responsible for all management, administration, surveys, and aftercare as detailed in the specification. This includes carrying out the installation process, ensuring adherence to technical standards, conducting necessary inspections, and providing maintenance guidance as required.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

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: 9

II.2.1) Title

Loft Insulation

II.2.2) Additional CPV code(s)

45320000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot covers all aspects of loft insulation, encompassing the insulation of loft spaces, including the roof and associated areas. Installations will involve applying insulation materials to loft spaces, coordinating with structural requirements, and ensuring proper integration with the building's roof and loft structure. This includes all necessary fabrications, installations, and interface works to meet technical specifications.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include supporting the client in the surveying, assessment, design, selection (of key systems, components, and supply chain), specification development, installation of appropriate systems and components, and thorough commissioning, testing, and handover processes.

Companies appointed to this lot shall be responsible for all project management and administration activities as detailed in the specification, this includes carrying out the installation process, ensuring adherence to technical standards, conducting necessary inspections, and providing maintenance guidance as required.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

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: 10

II.2.1) Title

Cavity Wall Insulation

II.2.2) Additional CPV code(s)

45320000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot covers all aspects of cavity wall insulation, focusing on insulating the spaces within building walls. Installations will involve applying insulation materials to internal cavity walls, coordinating with structural requirements, and ensuring proper integration with the building's structure. This includes all necessary fabrications, installations, making good and interface works to meet technical specifications. This may require the safe removal and disposal of existing materials from the building before a new system is fitted.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include supporting the client in the surveying, assessment, design, selection (of key systems, components, and supply chain), specification development, installation of systems, and thorough commissioning, testing, and handover processes.

Companies appointed to this lot shall be responsible for all project management and administration activities as detailed in the specification, this includes carrying out the installation process, ensuring adherence to technical standards, conducting necessary inspections, and providing maintenance guidance as required.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

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: 11

II.2.1) Title

External Wall Insulation - up to 11m

II.2.2) Additional CPV code(s)

45320000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot covers the retrofitting of external wall insulation (EWI) on buildings up to 11 metres in height.

Key tasks include the supporting the client in the surveying, assessment, design, selection (of key systems, components, and supply chain), specification development, installation of systems, and thorough commissioning, testing, and handover processes. Installations will involve preparing the existing wall, applying insulation materials, and completing the process with suitable render or cladding. This may require the safe removal and disposal of existing EWI materials from the building before a new system is fitted.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include supporting the client in the surveying, assessment, design, selection (of key systems, components, and supply chain), specification development, installation of systems, and thorough commissioning, testing, and handover processes.

Companies appointed to this lot shall be responsible for all project management and administration activities as detailed in the specification, this includes carrying out the installation process, ensuring adherence to technical standards, conducting necessary inspections, and providing maintenance guidance as required.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

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: 12

II.2.1) Title

External Wall Insulation 11m and Higher

II.2.2) Additional CPV code(s)

45320000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot covers the retrofitting of external wall insulation (EWI) on buildings of 11 metres and over, adhering to the specific requirements and regulations for higher structures. This includes preparing the existing wall, applying insulation materials, and completing the process with suitable render or cladding. This may require the safe removal and disposal of existing EWI materials from the building before a new system is fitted.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include supporting the client in the surveying, assessment, design, selection (of key systems, components, and supply chain), specification development, installation of systems, and thorough commissioning, testing, and handover processes.

Companies appointed to this lot shall be responsible for all management, administration, surveys, and aftercare as detailed in the specification. This includes carrying out the installation process, ensuring adherence to technical standards, conducting necessary inspections, and providing maintenance guidance as required.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

Where available and as requested by the client, the scope for this lot can extend also to ongoing inspection, servicing and maintenance provided by the appointed company who carried out the installation.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

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: 13

II.2.1) Title

Rainscreen Cladding

II.2.2) Additional CPV code(s)

45320000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This workstream covers the assessment, design retrofitting of rainscreen cladding systems. This may be a new cladding system applied to the building or the removal, disposal and replacement of an existing cladding system. Installations will involve preparing the existing wall, applying insulation materials, and completing the process with a suitable rainscreen cladding.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include supporting the client in the surveying, assessment, design, selection (of key systems, components, and supply chain), specification development, installation of systems, and thorough commissioning, testing, and handover processes.

Companies appointed to this lot shall be responsible for all project management and administration activities as detailed in the specification, this includes carrying out the installation process, ensuring adherence to technical standards, conducting necessary inspections, and providing maintenance guidance as required.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

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: 14

II.2.1) Title

Domestic Boiler Based Space Heating Systems

II.2.2) Additional CPV code(s)

45331000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot focuses on the design, selection, installation and commissioning of domestic boiler based heating systems for central heating, hot water, and other related applications. Typically this will be gas and oil based systems but may also include alternative fuel systems such as biomass and emerging technologies such as hydrogen blend.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include supporting the client in the surveying, assessment, design, selection (of key systems and components), specification development, installation of systems, and thorough commissioning, testing, and handover processes.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

If requested by the client (and where an appointed company has the capacity and competency to do so), the scope for this lot can extend to subsequent inspection, servicing and maintenance of any system installed by the appointed company.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

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: 15

II.2.1) Title

Domestic Renewables Space Heating Systems

II.2.2) Additional CPV code(s)

45331000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot focuses on the design, selection, installation and commissioning of a range of renewable energy based domestic systems for central heating, hot water, and other related applications. Typically this will be air source heat pump and ground source heat pump systems but may also include other current renewable space heating technologies and emerging technologies during the life of this framework.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include the supporting the client in the surveying, assessment, design, selection (of key systems and components), specification development, installation of systems, and thorough commissioning, testing, and handover processes.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

If requested by the client (and where an appointed company has the capacity and competency to do so), the scope for this lot can extend to subsequent inspection, servicing and maintenance of any system installed by the appointed company.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

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: 16

II.2.1) Title

Commercial and Communal Heating Systems

II.2.2) Additional CPV code(s)

45331000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot focuses on the design, selection, installation and commissioning of communal and commercial systems for central heating, hot water, and other related applications within a range of building types. The systems installed within this lot will typically be large central systems servicing a number of dwellings or units within a single buildings or site.

Typically this will be gas and oil based systems but may also include alternative fuel systems such as biomass, ground source and other emerging technologies such as hydrogen blend.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include surveying, assessment, and design, the selection of new systems and components, specification of installer requirements, installation of systems, and thorough commissioning, testing, and handover processes.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

If requested by the client (and where an appointed company has the capacity and competency to do so), the scope for this lot can extend to subsequent inspection, servicing and maintenance of any system installed by the appointed company.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

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: 17

II.2.1) Title

District and Network Heating Systems

II.2.2) Additional CPV code(s)

45331000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot focuses on the design, selection, installation and commissioning of district and network systems for central heating, hot water, and other related applications within a range of building types. The systems installed within this lot will typically be large central systems servicing a number of buildings on a network / grid based distribution system.

Typically this will be gas and oil based systems but may also include alternative fuel systems such as biomass, ground source and other emerging technologies such as hydrogen blend.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include the supporting the client in the surveying, assessment, design, selection (of key systems and components), specification development, installation of systems, and thorough commissioning, testing, and handover processes.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

If requested by the client (and where an appointed company has the capacity and competency to do so), the scope for this lot can extend to subsequent inspection, servicing and maintenance of any system installed by the appointed company.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

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: 18

II.2.1) Title

Electrical Space Heating Systems

II.2.2) Additional CPV code(s)

45331000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot focuses on the design, selection, installation and commissioning of a range of electrical space heating systems. Typically this will be electrical storage heaters, panel heaters, infrared systems and electric radiators but may also include other current electrical heating technologies (such as underfloor) and other emerging electric heating technologies.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include surveying, assessment, and design, the selection of new systems and components, specification of installer requirements, installation of systems, and thorough commissioning, testing, and handover processes.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

If requested by the client (and where an appointed company has the capacity and competency to do so), the scope for this lot can extend to subsequent inspection, servicing and maintenance of any system installed by the appointed company.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

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: 19

II.2.1) Title

Building Ventilation Systems

II.2.2) Additional CPV code(s)

45331000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot focuses on the design, selection, installation and commissioning of suitable ventilation systems to maintain correct air flow, moisture and humidity control within a range of building types, including residential, commercial, and institutional structures, and encompasses both new builds and existing properties.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include the supporting the client in the surveying, assessment, design, selection (of key systems and components), specification development, installation of systems, and thorough commissioning, testing, and handover processes. Typically works may include installation of both passive and active ventilation systems

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

Where available and as requested by the client, the scope for this lot can extend also to ongoing inspection, servicing and maintenance provided by the appointed company who carried out the installation.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

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: 20

II.2.1) Title

Building Management Systems

II.2.2) Additional CPV code(s)

45331000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot covers the design, selection, installation and commissioning of suitable building management systems to enable building owners to operate and maintain a range of mechanical and electrical systems within their buildings to ensure optimised performance, occupant comfort and minimised energy usage.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include surveying, assessment, and design, the selection of new systems and components, specification of installer requirements, installation of systems, and thorough commissioning, testing, and handover processes.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

If requested by the client (and where an appointed company has the capacity and competency to do so), the scope for this lot can extend to subsequent inspection, servicing and maintenance of any system installed by the appointed company.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

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: 21

II.2.1) Title

Individual Metering

II.2.2) Additional CPV code(s)

45331000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot covers the installation of a range of retrofitted individual metering systems, aimed at accurately monitoring and managing energy and resource consumption within existing communal heating systems, domestic properties, commercial, and public buildings. The installations of these systems help building owners better understand the energy usage within their buildings and where appropriate, apportion energy usage bills accordingly to the usage patterns of individual departments, occupants or residents etc.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include the supporting the client in the surveying, assessment, design, selection (of key systems and components), specification development, installation of systems, and thorough commissioning, testing, and handover processes.

Works will typically involve adapting existing systems to accommodate the individual meters and/or smart meters, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding (such as smart controls)

If requested by the client (and where an appointed company has the capacity and competency to do so), the scope for this lot can extend to subsequent inspection, servicing and maintenance of any system installed by the appointed company.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

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: 22

II.2.1) Title

Solar PV and Electrical Energy Storage Systems (EESS)

II.2.2) Additional CPV code(s)

09330000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot covers the design, selection, installation and commissioning of a range of solar PV and electrical energy storage systems (EESS). Projects may require both solar PV and EESS or may be the installation of standalone solar PV or EESS systems.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new builds or extensions to existing properties.

Key tasks include surveying, assessment, and design, the selection of new systems and components, specification of installer requirements, installation of systems, and thorough commissioning, testing, and handover processes.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

If requested by the client (and where an appointed company has the capacity and competency to do so), the scope for this lot can extend to subsequent inspection, servicing and maintenance of any system installed by the appointed company.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

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: 23

II.2.1) Title

EV Charging

II.2.2) Additional CPV code(s)

51110000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot is intended to cover the installation of both AC and DC dedicated electric vehicle supply and charging equipment (EVSE) for the charging of pure electric vehicles (EV) and plug in electric road vehicles as well as extended range vehicles as may be installed or specified. The scope of installations within this lot may also extend to other EV chargers such as for mobility scooters, bicycles and electric scooters.

Installations may be required for a range of building types, including residential, commercial, community and other public buildings. Typically these works will be undertaken on existing buildings but may also be on new build properties.

Key tasks include surveying, assessment, and design, the selection of new systems and components, specification of installer requirements, installation of systems, and thorough commissioning, testing, and handover processes.

Works may also involve adapting existing building features to ensure the system is properly integrated, and may include associated works that would be beneficial and pragmatic to complete alongside the installation of the new system or to secure grant funding.

If requested by the client (and where an appointed company has the capacity and competency to do so), the scope for this lot can extend to subsequent inspection, servicing and maintenance of any system installed by the appointed company.

II.2.5) Award criteria

Quality criterion: Technical Capability / Weighting: 50

Quality criterion: Regional Capability / Weighting: 20

Price / Weighting:  30

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:

2024/S 000-013791

Section V: Award of contract

Lot No: 1

Title: Energy Policy/Strategy and Grant Funding Support

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/02/2025

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 8

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

Number of tenders received from tenderers from non-EU Member States: 13

Number of tenders received by electronic means: 13

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

V.2.3) Name and address of the contractor

Gleeds Building Surveying Ltd

Wilford House, 1 Clifton Lane Wilford

Nottingham

NG117AT

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Scene Connect Ltd.

46A Constitution Street

Edinburgh

EH66RS

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SEVERN WYE ENERGY AGENCY LTD.

Unit 15 Highnam Business Centre, Highnam

Gloucester

GL28DN

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SURESERVE ENERGY SERVICES UK LIMITED

3 Inchcorse Place, Whitehill Industrial Estate

Bathgate

EH482EE

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Turner & Townsend Consulting Limited

45 Church Street

Birmingham

B32RT

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

WARMWORKS SCOTLAND LLP

Unit 9, 1 Carmichael Place

Edinburgh

EH65PH

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

XCO2 Energy Ltd

The Gymnasium, 56 Kingsway Place, Sans Walk

London

EC1R 0LU

UK

NUTS: UKL

The contractor is an SME: Yes

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

Total value of the contract/lot: : 80 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Management Agent / Multi-Disciplinary Consultancy

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/02/2025

V.2.2) Information about tenders

Number of tenders received: 14

Number of tenders received from SMEs: 8

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

Number of tenders received from tenderers from non-EU Member States: 14

Number of tenders received by electronic means: 14

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

V.2.3) Name and address of the contractor

BAILEY PARTNERSHIP (CONSULTANTS) LLP

Lyster Court 2 Craigie Drive, The Millfields

Plymouth

PL13JB

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

NetZero Collective

Garden Works Charley Wood Road , Knowsley Industrial Estate

Liverpool

L337SG

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Michael Dyson Associates Ltd

West House, Meltham Road Honley

Holmfirth

HD96LB

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Mabbett & Associates

13 Henderson Road

Inverness

IV1 1SN

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

SEVERN WYE ENERGY AGENCY LTD.

Unit 15 Highnam Business Centre, Highnam

Gloucester

GL28DN

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SURESERVE ENERGY SERVICES UK LIMITED

3 Inchcorse Place, Whitehill Industrial Estate

Bathgate

EH482EE

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Turner & Townsend Consulting Limited

45 Church Street

Birmingham

B32RT

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

WARMWORKS SCOTLAND LLP

Unit 9, 1 Carmichael Place

Edinburgh

EH65PH

UK

NUTS: UKL

The contractor is an SME: No

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

Total value of the contract/lot: : 80 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: PAS 2035 (Domestic Building Audits and Heat Decarbonisation Plans)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/02/2025

V.2.2) Information about tenders

Number of tenders received: 17

Number of tenders received from SMEs: 12

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

Number of tenders received from tenderers from non-EU Member States: 17

Number of tenders received by electronic means: 17

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

V.2.3) Name and address of the contractor

NetZero Collective

Garden Works Charley Wood Road , Knowsley Industrial Estate

Liverpool

L337SG

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Litegreen Ltd

1 Sunny Bank, Cefn-y-bedd

Wrexham

LL129YN

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Michael Dyson Associates Ltd

West House, Meltham Road Honley

Holmfirth

HD96LB

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SEVERN WYE ENERGY AGENCY LTD.

Unit 15 Highnam Business Centre, Highnam

Gloucester

GL28DN

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SURESERVE ENERGY SERVICES UK LIMITED

3 Inchcorse Place, Whitehill Industrial Estate

Bathgate

EH482EE

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Synergize Ltd

4 Greengate, Cardale Park

Harrogate

HG3 1GY

UK

E-mail: m.loftus@synergizeltd.co.uk

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

XCO2 Energy Ltd

The Gymnasium, 56 Kingsway Place, Sans Walk

London

EC1R 0LU

UK

NUTS: UKL

The contractor is an SME: Yes

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

Total value of the contract/lot: : 80 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Title: PAS 2038 (Commercial Building Audits and Heat Decarbonisation Plans)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/02/2025

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 3

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

Number of tenders received from tenderers from non-EU Member States: 5

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

BAILEY PARTNERSHIP (CONSULTANTS) LLP

Lyster Court 2 Craigie Drive, The Millfields

Plymouth

PL13JB

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Mabbett & Associates

13 Henderson Road

Inverness

IV1 1SN

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

SEVERN WYE ENERGY AGENCY LTD.

Unit 15 Highnam Business Centre, Highnam

Gloucester

GL28DN

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SURESERVE ENERGY SERVICES UK LIMITED

3 Inchcorse Place, Whitehill Industrial Estate

Bathgate

EH482EE

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

XCO2 Energy Ltd

The Gymnasium, 56 Kingsway Place, Sans Walk

London

EC1R 0LU

UK

NUTS: UKL

The contractor is an SME: Yes

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

Total value of the contract/lot: : 80 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Title: Multi-Disciplinary Retrofit Works 0 to 750k

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/02/2025

V.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 11

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

Number of tenders received from tenderers from non-EU Member States: 19

Number of tenders received by electronic means: 19

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

V.2.3) Name and address of the contractor

Bell Group

Unit 40, Gateway Trade Park

Warrington

WA28NT

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

C.L.C. CONTRACTORS LIMITED

Unit 2 Northbrook Industrial Estate, Vincent Avenue

Southampton

SO166PB

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

E.ON UK GREEN FUNDING SOLUTIONS LIMITED

Westwood Way, Westwood Business Park

Coventry

CV48LG

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

IAN WILLIAMS LTD

IAN WILLIAMS LTD, Office Suite 1

BRISTOL

BS376JL

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Cardo (Wales & West) Limited

Unit 1 & 2 Stuart Close Trade Park

Cardiff

CF118QF

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Low Carbon Exchange

61 Gazelle Road

Weston-super-Mare

BS249ES

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PROPERTY BUILDING MAINTENANCE (WALES) LIMITED

Islawen Farm Caeau Duon, Pencoed

Bridgend

CF356SP

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

R&M Williams

Station Square, Williams House

Neath

SA111BY

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Smart Energy Homes

7B Castle Parade

Usk

NP15 1AA

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SURESERVE ENERGY SERVICES UK LIMITED

3 Inchcorse Place, Whitehill Industrial Estate

Bathgate

EH482EE

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Synergize Ltd

4 Greengate, Cardale Park

Harrogate

HG3 1GY

UK

E-mail: m.loftus@synergizeltd.co.uk

NUTS: UKL

The contractor is an SME: Yes

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

Total value of the contract/lot: : 80 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

Title: Multi-Disciplinary Retrofit Works 750k to 2.5m

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/02/2025

V.2.2) Information about tenders

Number of tenders received: 21

Number of tenders received from SMEs: 13

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

Number of tenders received from tenderers from non-EU Member States: 21

Number of tenders received by electronic means: 21

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

V.2.3) Name and address of the contractor

Bell Group

Unit 40, Gateway Trade Park

Warrington

WA28NT

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

C.L.C. CONTRACTORS LIMITED

Unit 2 Northbrook Industrial Estate, Vincent Avenue

Southampton

SO166PB

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

E.ON UK GREEN FUNDING SOLUTIONS LIMITED

Westwood Way, Westwood Business Park

Coventry

CV48LG

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

IAN WILLIAMS LTD

IAN WILLIAMS LTD, Office Suite 1

BRISTOL

BS376JL

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Low Carbon Exchange

61 Gazelle Road

Weston-super-Mare

BS249ES

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

M & J GROUP (CONSTRUCTION & ROOFING) LTD

M&J Group Hammond Road, Elms Farm Industrial Estate

Bedford

MK410UD

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

R&M Williams

Station Square, Williams House

Neath

SA111BY

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SURESERVE ENERGY SERVICES UK LIMITED

3 Inchcorse Place, Whitehill Industrial Estate

Bathgate

EH482EE

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

SUSTAINABLE BUILDING SERVICES (UK) LIMITED

Unit 2b Maple Court Maple View, White Moss Business Park

Skelmersdale

WN89TW

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Synergize Ltd

4 Greengate, Cardale Park

Harrogate

HG3 1GY

UK

E-mail: m.loftus@synergizeltd.co.uk

NUTS: UKL

The contractor is an SME: Yes

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

Total value of the contract/lot: : 80 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 7

Title: Multi-Disciplinary Retrofit Works 2.5m plus

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/02/2025

V.2.2) Information about tenders

Number of tenders received: 18

Number of tenders received from SMEs: 7

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

Number of tenders received from tenderers from non-EU Member States: 18

Number of tenders received by electronic means: 18

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

V.2.3) Name and address of the contractor

Bell Group

Unit 40, Gateway Trade Park

Warrington

WA28NT

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

C.L.C. CONTRACTORS LIMITED

Unit 2 Northbrook Industrial Estate, Vincent Avenue

Southampton

SO166PB

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

E.ON UK GREEN FUNDING SOLUTIONS LIMITED

Westwood Way, Westwood Business Park

Coventry

CV48LG

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

IAN WILLIAMS LTD

IAN WILLIAMS LTD, Office Suite 1

BRISTOL

BS376JL

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Joyner PA (Cymru) Ltd

1 Commercial Court, 8 Commercial Lane

Pontymister

NP116AN

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Low Carbon Exchange

61 Gazelle Road

Weston-super-Mare

BS249ES

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

R&M Williams

Station Square, Williams House

Neath

SA111BY

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Smart Energy Homes

7B Castle Parade

Usk

NP15 1AA

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SURESERVE ENERGY SERVICES UK LIMITED

3 Inchcorse Place, Whitehill Industrial Estate

Bathgate

EH482EE

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

SUSTAINABLE BUILDING SERVICES (UK) LIMITED

Unit 2b Maple Court Maple View, White Moss Business Park

Skelmersdale

WN89TW

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Synergize Ltd

4 Greengate, Cardale Park

Harrogate

HG3 1GY

UK

E-mail: m.loftus@synergizeltd.co.uk

NUTS: UKL

The contractor is an SME: Yes

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

Total value of the contract/lot: : 80 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 8

Title: Internal Insulation

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/02/2025

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 4

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

Number of tenders received from tenderers from non-EU Member States: 5

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

ASW Property Services Limited

58-59 Village Farm Industrial Estate,

Pyle

CF336BN

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

MP Group U K Ltd

324 Drumoyne Road

Glasgow

G51 4DX

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SURESERVE ENERGY SERVICES UK LIMITED

3 Inchcorse Place, Whitehill Industrial Estate

Bathgate

EH482EE

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

SUSTAINABLE BUILDING SERVICES (UK) LIMITED

Unit 2b Maple Court Maple View, White Moss Business Park

Skelmersdale

WN89TW

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

ZING ENERGY LTD

Office 9 JR Quarter, Moy Road Industrial Estate

Cardiff

CF157QR

UK

NUTS: UKL

The contractor is an SME: Yes

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

Total value of the contract/lot: : 80 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 9

Title: Loft Insulation

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/02/2025

V.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 5

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

Number of tenders received from tenderers from non-EU Member States: 7

Number of tenders received by electronic means: 7

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

V.2.3) Name and address of the contractor

ASW Property Services Limited

58-59 Village Farm Industrial Estate,

Pyle

CF336BN

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Bell Group

Unit 40, Gateway Trade Park

Warrington

WA28NT

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

MP Group U K Ltd

324 Drumoyne Road

Glasgow

G51 4DX

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

R&M Williams

Station Square, Williams House

Neath

SA111BY

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SURESERVE ENERGY SERVICES UK LIMITED

3 Inchcorse Place, Whitehill Industrial Estate

Bathgate

EH482EE

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Synergize Ltd

4 Greengate, Cardale Park

Harrogate

HG3 1GY

UK

E-mail: m.loftus@synergizeltd.co.uk

NUTS: UKL

The contractor is an SME: Yes

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

Total value of the contract/lot: : 80 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 10

Title: Cavity Wall Insulation

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/02/2025

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 3

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

Number of tenders received from tenderers from non-EU Member States: 5

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

Bell Group

Unit 40, Gateway Trade Park

Warrington

WA28NT

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

MP Group U K Ltd

324 Drumoyne Road

Glasgow

G51 4DX

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SURESERVE ENERGY SERVICES UK LIMITED

3 Inchcorse Place, Whitehill Industrial Estate

Bathgate

EH482EE

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Synergize Ltd

4 Greengate, Cardale Park

Harrogate

HG3 1GY

UK

E-mail: m.loftus@synergizeltd.co.uk

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

ZING ENERGY LTD

Office 9 JR Quarter, Moy Road Industrial Estate

Cardiff

CF157QR

UK

NUTS: UKL

The contractor is an SME: Yes

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

Total value of the contract/lot: : 80 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 11

Title: External Wall Insulation - up to 11m

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/02/2025

V.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 7

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

Number of tenders received from tenderers from non-EU Member States: 9

Number of tenders received by electronic means: 9

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

V.2.3) Name and address of the contractor

ASW Property Services Limited

58-59 Village Farm Industrial Estate,

Pyle

CF336BN

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Bell Group

Unit 40, Gateway Trade Park

Warrington

WA28NT

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Joyner PA (Cymru) Ltd

1 Commercial Court, 8 Commercial Lane

Pontymister

NP116AN

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

MP Group U K Ltd

324 Drumoyne Road

Glasgow

G51 4DX

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SERS ENERGY SOLUTIONS GROUP LIMITED

Unit 3a Parc Pontypandy

Caerphilly

CF833GX

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SURESERVE ENERGY SERVICES UK LIMITED

3 Inchcorse Place, Whitehill Industrial Estate

Bathgate

EH482EE

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

SUSTAINABLE BUILDING SERVICES (UK) LIMITED

Unit 2b Maple Court Maple View, White Moss Business Park

Skelmersdale

WN89TW

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Synergize Ltd

4 Greengate, Cardale Park

Harrogate

HG3 1GY

UK

E-mail: m.loftus@synergizeltd.co.uk

NUTS: UKL

The contractor is an SME: Yes

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

Total value of the contract/lot: : 80 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 12

Title: External Wall Insulation 11m and Higher

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/02/2025

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 4

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

Number of tenders received from tenderers from non-EU Member States: 5

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

ASW Property Services Limited

58-59 Village Farm Industrial Estate,

Pyle

CF336BN

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SERS ENERGY SOLUTIONS GROUP LIMITED

Unit 3a Parc Pontypandy

Caerphilly

CF833GX

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SURESERVE ENERGY SERVICES UK LIMITED

3 Inchcorse Place, Whitehill Industrial Estate

Bathgate

EH482EE

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Synergize Ltd

4 Greengate, Cardale Park

Harrogate

HG3 1GY

UK

E-mail: m.loftus@synergizeltd.co.uk

NUTS: UKL

The contractor is an SME: Yes

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

Total value of the contract/lot: : 80 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 13

Title: Rainscreen Cladding

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected

Section V: Award of contract

Lot No: 14

Title: Domestic Boiler Based Space Heating Systems

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/02/2025

V.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 7

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

Number of tenders received from tenderers from non-EU Member States: 10

Number of tenders received by electronic means: 10

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

V.2.3) Name and address of the contractor

BRITISH GAS SOCIAL HOUSING LIMITED

Millstream, Maidenhead Road

Windsor

SL45GD

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Easy Heat Systems

McDermott House, Inveralmond Place

Perth

PH13TS

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

GIBSON SPECIALIST TECHNICAL SERVICES LIMITED

Atlantic House Charnwood Park, Bridgend Road

Bridgend

CF313PL

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Ivor Cook Ltd

Unit 51, Enterprise Way

Newport

NP202AQ

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

MP Group U K Ltd

324 Drumoyne Road

Glasgow

G51 4DX

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PHS HOME SOLUTIONS LIMITED

Venter Building, 3 Mandarin Road

Houghton Le Spring

DH45RA

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

SURESERVE ENERGY SERVICES UK LIMITED

3 Inchcorse Place, Whitehill Industrial Estate

Bathgate

EH482EE

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Warmserve Services Ltd

Unit 12, Gilsea Park, Mona Close

Swansea

SA68RJ

UK

NUTS: UKL

The contractor is an SME: Yes

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

Total value of the contract/lot: : 80 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 15

Title: Domestic Renewables Space Heating Systems

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/02/2025

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 8

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

Number of tenders received from tenderers from non-EU Member States: 11

Number of tenders received by electronic means: 11

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

V.2.3) Name and address of the contractor

BRITISH GAS SOCIAL HOUSING LIMITED

Millstream, Maidenhead Road

Windsor

SL45GD

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Easy Heat Systems

McDermott House, Inveralmond Place

Perth

PH13TS

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

GIBSON SPECIALIST TECHNICAL SERVICES LIMITED

Atlantic House Charnwood Park, Bridgend Road

Bridgend

CF313PL

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Greenlands Heating Limited

22 Tafarnaubach Industrial Estate

Tredegar

NP223AA

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Ivor Cook Ltd

Unit 51, Enterprise Way

Newport

NP202AQ

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

MP Group U K Ltd

324 Drumoyne Road

Glasgow

G51 4DX

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PHS HOME SOLUTIONS LIMITED

Venter Building, 3 Mandarin Road

Houghton Le Spring

DH45RA

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

SURESERVE ENERGY SERVICES UK LIMITED

3 Inchcorse Place, Whitehill Industrial Estate

Bathgate

EH482EE

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

ZING ENERGY LTD

Office 9 JR Quarter, Moy Road Industrial Estate

Cardiff

CF157QR

UK

NUTS: UKL

The contractor is an SME: Yes

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

Total value of the contract/lot: : 80 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 16

Title: Commercial and Communal Heating Systems

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/02/2025

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 3

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

Number of tenders received from tenderers from non-EU Member States: 4

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

Easy Heat Systems

McDermott House, Inveralmond Place

Perth

PH13TS

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

GIBSON SPECIALIST TECHNICAL SERVICES LIMITED

Atlantic House Charnwood Park, Bridgend Road

Bridgend

CF313PL

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PHS HOME SOLUTIONS LIMITED

Venter Building, 3 Mandarin Road

Houghton Le Spring

DH45RA

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Warmserve Services Ltd

Unit 12, Gilsea Park, Mona Close

Swansea

SA68RJ

UK

NUTS: UKL

The contractor is an SME: Yes

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

Total value of the contract/lot: : 80 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 17

Title: District and Network Heating Systems

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/02/2025

V.2.2) Information about tenders

Number of tenders received: 3

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: 3

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

Easy Heat Systems

McDermott House, Inveralmond Place

Perth

PH13TS

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

GIBSON SPECIALIST TECHNICAL SERVICES LIMITED

Atlantic House Charnwood Park, Bridgend Road

Bridgend

CF313PL

UK

NUTS: UKL

The contractor is an SME: Yes

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

Total value of the contract/lot: : 80 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 18

Title: Electrical Space Heating Systems

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/02/2025

V.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 4

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

Number of tenders received from tenderers from non-EU Member States: 7

Number of tenders received by electronic means: 7

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

V.2.3) Name and address of the contractor

BRITISH GAS SOCIAL HOUSING LIMITED

Millstream, Maidenhead Road

Windsor

SL45GD

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Easy Heat Systems

McDermott House, Inveralmond Place

Perth

PH13TS

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

MP Group U K Ltd

324 Drumoyne Road

Glasgow

G51 4DX

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SURESERVE ENERGY SERVICES UK LIMITED

3 Inchcorse Place, Whitehill Industrial Estate

Bathgate

EH482EE

UK

NUTS: UKL

The contractor is an SME: No

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

Total value of the contract/lot: : 80 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 19

Title: Building Ventilation Systems

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/02/2025

V.2.2) Information about tenders

Number of tenders received: 3

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: 3

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

SURESERVE ENERGY SERVICES UK LIMITED

3 Inchcorse Place, Whitehill Industrial Estate

Bathgate

EH482EE

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

ZING ENERGY LTD

Office 9 JR Quarter, Moy Road Industrial Estate

Cardiff

CF157QR

UK

NUTS: UKL

The contractor is an SME: Yes

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

Total value of the contract/lot: : 80 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 20

Title: Building Management Systems

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected

Section V: Award of contract

Lot No: 21

Title: Individual Metering

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/02/2025

V.2.2) Information about tenders

Number of tenders received: 1

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: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Sycous Limited

1 Harper Street

Leeds

LS27EA

UK

NUTS: UKL

The contractor is an SME: Yes

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

Total value of the contract/lot: : 80 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 22

Title: Solar PV and Electrical Energy Storage Systems (EESS)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/02/2025

V.2.2) Information about tenders

Number of tenders received: 21

Number of tenders received from SMEs: 18

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

Number of tenders received from tenderers from non-EU Member States: 21

Number of tenders received by electronic means: 21

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

V.2.3) Name and address of the contractor

ASW Property Services Limited

58-59 Village Farm Industrial Estate,

Pyle

CF336BN

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Bell Group

Unit 40, Gateway Trade Park

Warrington

WA28NT

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Channel Electrical Systems

Unit 15 Palmersvale Business Centre

Barry

CF632XA

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Easy Heat Systems

McDermott House, Inveralmond Place

Perth

PH13TS

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Feed it Green

Feed it Green, Hanover house, Hanover Street

Liverpool

L13DZ

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

GIBSON SPECIALIST TECHNICAL SERVICES LIMITED

Atlantic House Charnwood Park, Bridgend Road

Bridgend

CF313PL

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

GMI Electrical Ltd

Unit 1B Whitebeam Court, Rhodfa Ty Du

Nelson

CF466PQ

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Greenlands Heating Limited

22 Tafarnaubach Industrial Estate

Tredegar

NP223AA

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Lightning solutions (Wales) Ltd

Unit A3 , Merthyr Tydfil Inds Est

merthyr tydfil

CF484DR

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

R&M Williams

Station Square, Williams House

Neath

SA111BY

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SURESERVE ENERGY SERVICES UK LIMITED

3 Inchcorse Place, Whitehill Industrial Estate

Bathgate

EH482EE

UK

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

ZING ENERGY LTD

Office 9 JR Quarter, Moy Road Industrial Estate

Cardiff

CF157QR

UK

NUTS: UKL

The contractor is an SME: Yes

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

Total value of the contract/lot: : 80 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 23

Title: EV Charging

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/02/2025

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 10

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

Number of tenders received from tenderers from non-EU Member States: 11

Number of tenders received by electronic means: 11

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

V.2.3) Name and address of the contractor

ANGLESEY SOLAR & ELECTRICAL LTD

Unit 6a Tregarnedd Industrial Park

Llangefni

LL777JD

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Feed it Green

Feed it Green, Hanover house, Hanover Street

Liverpool

L13DZ

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

GIBSON SPECIALIST TECHNICAL SERVICES LIMITED

Atlantic House Charnwood Park, Bridgend Road

Bridgend

CF313PL

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

GMI Electrical Ltd

Unit 1B Whitebeam Court, Rhodfa Ty Du

Nelson

CF466PQ

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Greenlands Heating Limited

22 Tafarnaubach Industrial Estate

Tredegar

NP223AA

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

MP Group U K Ltd

324 Drumoyne Road

Glasgow

G51 4DX

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PHS HOME SOLUTIONS LIMITED

Venter Building, 3 Mandarin Road

Houghton Le Spring

DH45RA

UK

NUTS: UKL

The contractor is an SME: No

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

Total value of the contract/lot: : 80 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

LHC Procurement Group Limited is a not for profit central purchasing body acting on behalf of contracting authorities throughout England, Wales and Scotland (including partners of

the Scottish Procurement Alliance, Welsh Procurement Alliance, and South West Procurement Alliance) for whom we continue to monitor up to 500 live projects at any one time. Thanks to their ongoing and collective feedback and input into the development of this framework and given the reach and scale of their collective portfolios, the framework is both designed and anticipated to support the vast majority of requirements. Consequently, other

contracting authorities that were not specifically consulted in the development of this framework may nevertheless also deem the framework to offer a value for money procurement solution for their own requirements and may also use the framework. As of the

date of publication of this notice our frameworks may be used by all contracting authorities in England, Wales and Scotland as defined by the Public Contracts Regulations 2015 as listed on:

https://www.cpconstruction.org.uk/who-we-work-with/

https://lse.lhcprocure.org.uk/who-we-work-with/

https://www.scottishprocurement.scot/who-we-work-with/

https://www.swpa.org.uk/who-we-work-with/

https://www.welshprocurement.cymru/who-we-work-with/

including, but not limited to Registered social landlords (RSL's), tenant management organisations (TMOs) and arm's length management organisations (ALMOs), local authorities and any subsidiaries and joint-venture vehicles of those local authorities, health authorities, councils, boards and trusts, publicly funded schools, universities and further education establishments, colleges, police forces, fire and rescue services or registered

charities.

LHC clients may add community benefit requirements in their call-off contracts from this Framework 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:149187)

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

21/03/2025

Coding

Commodity categories

ID Title Parent category
71314300 Energy-efficiency consultancy services Energy and related services
45331000 Heating, ventilation and air-conditioning installation work Plumbing and sanitary works
51110000 Installation services of electrical equipment Installation services of electrical and mechanical equipment
45320000 Insulation work Building installation work
45453000 Overhaul and refurbishment work Other building completion work
45453100 Refurbishment work Overhaul and refurbishment work
09330000 Solar energy Electricity, heating, solar and nuclear energy

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
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:
29 April 2024
Deadline date:
05 July 2024 00:00
Notice type:
02 Contract Notice
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
21 May 2024
Notice type:
14 Corrigendum
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
21 March 2025
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:
procurement@lhcprocure.org.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.