Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Energy Efficiency Measures and Associated Works
Reference number: N8
II.1.2)Main CPV code51100000 Installation services of electrical and mechanical equipment
II.1.3)Type of contractWorks
II.1.4)Short description:
The provision of energy efficiency measures and refurbishment works for domestic and public sector buildings. LHC seeks to establish a framework agreement for energy efficiency measures and associated works. The contract is split into 2 main workstreams. Workstream 1 relates to the provision of 21 individual energy efficiency measures and Workstream 2 is open to organisations that have the ability to undertake all the measures from Workstream 1, as well as associated repair works. Broadly, the energy efficiency measures are grouped under the following categories; insulation, heating systems, control technologies, solar, battery and electric vehicle charging and heat pumps. Detailed information is provided in the tender documentation.
II.1.5)Estimated total valueValue excluding VAT: 600 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Inner London West — Workstream 1 — Value Band 0 GBP to 750 000 GBP
Lot No: 1
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKI3 Inner London – West
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist energy efficiency measures and associated works (Workstream 1). Workstream 1 will contain the following annual value bands:
— 0 GBP to 750 000 GBP,
— 500 000 GBP-1 500 000 GBP,
— 1 500 000 GBP plus.
Applicants can only apply to provide services to 2 of the 3 value bands stated in Workstream 1 above.
The energy efficiency measures are as follows:
A. External wall insulation;
B. Cavity wall insulation;
C. Internal wall insulation;
D. Insulation materials (Loft);
E. Biomass;
F. Solar PV with battery storage;
G. Air to water heat pumps;
H. District heating interface units;
I. Traditional boilers;
K. Rainscreen and cladding;
L. CHP or CCHP;
M. Gas absorption heat pumps;
N. Boiler optimisation technologies;
O. Lighting controls;
P. EV charging infrastructure;
R. Solar thermal systems;
S. Building energy management systems;
T. Floor insulation;
U. Ground source heat pumps;
V. Commercial boilers;
W. Electric heaters.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 organisations for each of the 21 energy efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Inner London East - Workstream 1 - Value Band £0 to £750,000
Lot No: 2
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKI4 Inner London – East
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
1. A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after 2nd and 3rd years of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Outer London - East & North East - Workstream 1 - Value Band £0 to £750,000
Lot No: 3
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKI LONDON
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
1. A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 22 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Outer London - South - Workstream 1 - Value Band £0 to £750,000
Lot No: 4
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKI6 Outer London – South
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
1. A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Outer London - West & North West - Workstream 1 - Value Band £0 to £750,000
Lot No: 5
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKI7 Outer London – West and North West
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
1. A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Kent, Surrey, East & West Sussex - Workstream 1 - Value Band £0 to £750,000
Lot No: 6
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKJ2 Surrey, East and West Sussex
NUTS code: UKJ4 Kent
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
1. A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Berkshire UKJ11, Hampshire & Isle of Wight UKJ3- Workstream 1 - Value Band £0 to £750,000
Lot No: 7
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKJ3 Hampshire and Isle of Wight
NUTS code: UKJ11 Berkshire
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Oxfordshire UKJ14, Buckinghamshire UKJ13 & Milton Keynes UKJ12 - Workstream 1 - Value Band £0 to £750,000
Lot No: 8
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKJ12 Milton Keynes
NUTS code: UKJ13 Buckinghamshire CC
NUTS code: UKJ14 Oxfordshire
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Gloucestershire, Wiltshire and Bristol/Bath - Workstream 1 - Value Band £0 to £750,000
Lot No: 9
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKK1 Gloucestershire, Wiltshire and Bristol/Bath area
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Dorset,Somerset and Devon - Workstream 1 - Value Band £0 to £750,000
Lot No: 10
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKK2 Dorset and Somerset
NUTS code: UKK4 Devon
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Cornwall and Isles of Scilly - Workstream 1 - Value Band £0 to £750,000
Lot No: 11
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKK3 Cornwall and Isles of Scilly
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
East Anglia - Workstream 1 - Value Band £0 to £750,000
Lot No: 12
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKH1 East Anglia
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Bedfordshire and Hertfordshire - Workstream 1 - Value Band £0 to £750,000
Lot No: 13
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKH2 Bedfordshire and Hertfordshire
NUTS code: UKH3 Essex
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
East Midlands - Workstream 1 - Value Band £0 to £750,000
Lot No: 14
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKF EAST MIDLANDS (ENGLAND)
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
West Midlands - Workstream 1 - Value Band £0 to £750,000
Lot No: 15
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKG WEST MIDLANDS (ENGLAND)
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Yorkshire & the Humber UKE - Workstream 1 - Value Band £0 to £750,000
Lot No: 16
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKE YORKSHIRE AND THE HUMBER
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
North West England (UKD) - Workstream 1 - Value Band £0 to £750,000
Lot No: 17
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKD NORTH WEST (ENGLAND)
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
North East England (UKC) - Workstream 1 - Value Band £0 to £750,000
Lot No: 18
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKC NORTH EAST (ENGLAND)
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
North Wales - Workstream 1 - Value Band £0 to £750,000
Lot No: 19
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKL WALES
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Mid Wales - Workstream 1 - Value Band £0 to £750,000
Lot No: 20
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKL WALES
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
South West Wales - Workstream 1 - Value Band £0 to £750,000
Lot No: 21
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKL WALES
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
South East Wales - Workstream 1 - Value Band £0 to £750,000
Lot No: 22
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKL WALES
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Inner London West (UK13) - Workstream 1 - Value Band £500k to £1.5m
Lot No: 23
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKI3 Inner London – West
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Inner London East (UK14) - Workstream 1 - Value Band £500k to £1.5m
Lot No: 24
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKI4 Inner London – East
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Inner London East & North East UKI - Workstream 1 - Value Band £500k to 1.5m
Lot No: 25
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKI LONDON
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Outer London South (UKI6) - Workstream 1 - Value Band £500k to £1.5m
Lot No: 26
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKI6 Outer London – South
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Outer London West & North West (UKI7) - Workstream 1 - Value Band £500k to £1.5m
Lot No: 27
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKI7 Outer London – West and North West
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Kent UKJ4, Surrey East & West Sussex UKJ2 - Workstream 1 - Value Band £500k to £1.5m
Lot No: 28
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKJ4 Kent
NUTS code: UKJ2 Surrey, East and West Sussex
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Berkshire UKJ11, Hampshire & Isle of Wight UKJ3 - Workstream 1 - Value Band £500k to £1.5m
Lot No: 29
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKJ11 Berkshire
NUTS code: UKJ3 Hampshire and Isle of Wight
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Oxfordshire UKJ14, Buckinghamshire UKJ13 & Milton Keynes UKJ12 - Workstream 1 - Value Band £500k to £1.5m
Lot No: 30
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKJ14 Oxfordshire
NUTS code: UKJ13 Buckinghamshire CC
NUTS code: UKJ12 Milton Keynes
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Gloucestershire, Wiltshire and Bristol/Bath area UKK1- Workstream 1 - Value Band £500k to £1.5m
Lot No: 31
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKK1 Gloucestershire, Wiltshire and Bristol/Bath area
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Dorset and Somerset UKK2 and Devon UKK4- Workstream 1 - Value Band £500k to £1.5m
Lot No: 32
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKK2 Dorset and Somerset
NUTS code: UKK4 Devon
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Cornwall and Isles of Scilly UKK3- Workstream 1 - Value Band £500k to £1.5m
Lot No: 33
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKK3 Cornwall and Isles of Scilly
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 22 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
East Anglia UKH1 - Workstream 1 - Value Band £500k to £1.5m
Lot No: 34
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKH1 East Anglia
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Bedfordshire and Hertfordshire UKH2, Essex UKH3 - Workstream 1 - Value Band £500k to £1.5m
Lot No: 35
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKH2 Bedfordshire and Hertfordshire
NUTS code: UKH3 Essex
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
East Midlands - Workstream 1 - Value Band £500k to £1.5m
Lot No: 36
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKF EAST MIDLANDS (ENGLAND)
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
West Midlands - Workstream 1 - Value Band £500k to £1.5m
Lot No: 37
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKG WEST MIDLANDS (ENGLAND)
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Yorkshire & The Humber (UKE) - Workstream 1 - Value Band £500k to £1.5m
Lot No: 38
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKE YORKSHIRE AND THE HUMBER
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
North West (UKD) - Workstream 1 - Value Band £500k to £1.5m
Lot No: 39
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKD NORTH WEST (ENGLAND)
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
North East (UKC) - Workstream 1 - Value Band £500k to £1.5m
Lot No: 40
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKC NORTH EAST (ENGLAND)
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
North Wales - Workstream 1 - Value Band £500k to £1.5m
Lot No: 41
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKL WALES
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Mid Wales - Workstream 1 - Value Band £500k to £1.5m
Lot No: 42
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKL WALES
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
South West Wales - Workstream 1 - Value Band £500k to £1.5m
Lot No: 43
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKL WALES
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
South East Wales - Workstream 1 - Value Band £500k to £1.5m
Lot No: 44
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKL WALES
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Inner London West (UKI3) - Workstream 1 - Value Band £1.5m plus
Lot No: 45
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKI3 Inner London – West
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Inner London East (UKI4) - Workstream 1 - Value Band £1.5m plus
Lot No: 46
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKI4 Inner London – East
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Outer London East & North East (UKI) - Workstream 1 - £1.5m plus
Lot No: 47
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKI LONDON
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Outer London South (UKI6) - Workstream 1 - Value Band £1.5m plus
Lot No: 48
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKI6 Outer London – South
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Outer London - West & North West (UKI7) - Workstream 1 - Value Band £1.5m plus
Lot No: 49
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKI7 Outer London – West and North West
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Kent UKJ4, Surrey East & West Sussex UKJ2 - Workstream 1 - Value Band £1.5m plus
Lot No: 50
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKJ2 Surrey, East and West Sussex
NUTS code: UKJ4 Kent
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Berkshire UKJ11, Hampshire & Isle of Wight UKJ3 - Workstream 1 - Value Band £1.5m plus
Lot No: 51
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKJ3 Hampshire and Isle of Wight
NUTS code: UKJ11 Berkshire
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Oxfordshire UKJ14, Buckinghamshire UKJ13 & Milton Keynes UKJ12 - Workstream 1 - Value and £1.5m plus
Lot No: 52
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKJ14 Oxfordshire
NUTS code: UKJ13 Buckinghamshire CC
NUTS code: UKJ12 Milton Keynes
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Gloucestershire, Wiltshire and Bristol/Bath area UKK1 - Workstream 1 - Value Band £1.5m plus
Lot No: 53
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKK1 Gloucestershire, Wiltshire and Bristol/Bath area
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Dorset and Somerset UKK2 and Devon UKK4 - Workstream 1 - Value Band £1.5m plus
Lot No: 54
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKK2 Dorset and Somerset
NUTS code: UKK4 Devon
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Cornwall and Isles of Scilly UKK3 - Workstream 1 - Value Band £1.5m plus
Lot No: 55
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKK3 Cornwall and Isles of Scilly
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
East Anglia - Workstream 1 - Value Band £1.5m plus
Lot No: 56
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKH1 East Anglia
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Bedfordshire and Hertfordshire UKH2, Essex UKH3 - Workstream 1 - Value Band £1.5m plus
Lot No: 57
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKH2 Bedfordshire and Hertfordshire
NUTS code: UKH3 Essex
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
East Midlands (UKF) - Workstream 1 - Value Band £1.5m plus
Lot No: 58
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKF EAST MIDLANDS (ENGLAND)
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
West Midlands - Workstream 1 - Value Band £1.5m plus
Lot No: 59
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKG WEST MIDLANDS (ENGLAND)
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Yorkshire & The Humber - Workstream 1 - Value Band £1.5m plus
Lot No: 60
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKE YORKSHIRE AND THE HUMBER
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
North West (UKD)- Workstream 1 - Value Band £1.5m plus
Lot No: 61
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKD NORTH WEST (ENGLAND)
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
North East - Workstream 1 - Value Band £1.5m plus
Lot No: 62
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKC NORTH EAST (ENGLAND)
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
North Wales- Workstream 1 - Value Band £1.5m plus
Lot No: 63
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKL WALES
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Mid Wales - Workstream 1 - Value Band £1.5m plus
Lot No: 64
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKL WALES
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
South West Wales - Workstream 1 - Value Band £1.5m plus
Lot No: 65
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKL WALES
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of 21 specialist Energy Efficiency Measures and Associated Works (Workstream 1). Workstream 1 will contain the following annual value bands:
• £0 to £750k
• £500k-£1.5m
• £1.5million plus
Applicants can only apply to provide services to two of the three Value Bands stated in Workstream 1 above.
The Energy Efficiency measures are as follows:
• A – External Wall Insulation
• B – Cavity Wall Insulation
• C – Internal Wall Insulation
• D – Insulation Materials (Loft)
• E – Biomass
• F – Solar PV with Battery storage
• G – Air to Water Heat Pumps
• H – District Heating Interface Units
• I – Traditional Boilers
• K – Rainscreen & Cladding
• L – CHP or CCHP
• M - Gas Absorption Heat Pumps
• N – Boiler Optimisation Technologies
• O – Lighting Controls
• P – EV Charging Infrastructure
• R – Solar Thermal Systems
• S – Building Energy Management Systems
• T – Floor Insulation
• U - Ground Source Heat Pumps
• V – Commercial Boilers
• W – Electric Heaters
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
South East Wales - Workstream 2
Lot No: 66
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKL WALES
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of all the 21 specialist Energy Efficiency Measures and Associated Works (Workstream 2).
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKI LONDON
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of all 21 specialist Energy Efficiency Measures and Associated Works (Workstream 2).
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
South East - Workstream 2
Lot No: 68
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKJ SOUTH EAST (ENGLAND)
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of all 21 specialist Energy Efficiency Measures and Associated Works (Workstream 2).
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
South West - Workstream 2
Lot No: 69
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKK SOUTH WEST (ENGLAND)
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of all 21 specialist Energy Efficiency Measures and Associated Works (Workstream 2).
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.1)Title:
Home Counties & East of England UKH - Workstream 2
Lot No: 70
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKH EAST OF ENGLAND
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of all 21 specialist Energy Efficiency Measures and Associated Works (Workstream 2).
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKF EAST MIDLANDS (ENGLAND)
NUTS code: UKG WEST MIDLANDS (ENGLAND)
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of all 21 specialist Energy Efficiency Measures and Associated Works (Workstream 2).
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKC NORTH EAST (ENGLAND)
NUTS code: UKD NORTH WEST (ENGLAND)
NUTS code: UKE YORKSHIRE AND THE HUMBER
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of all 21 specialist Energy Efficiency Measures and Associated Works (Workstream 2).
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.
II.2)Description
II.2.2)Additional CPV code(s)45300000 Building installation work
II.2.3)Place of performanceNUTS code: UKL WALES
Main site or place of performance:
Various locations across the region. The framework terms allows for work to also be undertaken in other regions.
II.2.4)Description of the procurement:
Provision of all 21 specialist Energy Efficiency Measures and Associated Works (Workstream 2).
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The arrangement will be based on a 4 (four) year term with a break clause for review after the 2nd year of the agreement.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
LHC intends to appoint up to 6 (six) organisations for each of the 21 Energy Efficiency specialist measures in Workstream 1, per regional lot. This will ensure that client’s will have adequate service coverage of their geographic locations.