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