Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Energy Efficiency (Decarbonisation) Consultancy Services
Reference number: N8C
II.1.2)Main CPV code71314300 Energy-efficiency consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
LHC require the provision of energy efficiency consultancy services, to complement LHC’s energy efficiency measures and associated works framework agreement (N8), expected to commence in October 2020 and other LHC framework agreements, covering energy efficiency measures. As a minimum, tenderers are required to have the capability and experience to provide consultancy and project management services for the 21 energy efficiency measures as specified in the ITT documents.
II.1.6)Information about lotsThis contract is divided into lots: yes
II.1.7)Total value of the procurement (excluding VAT)Lowest offer: 1.00 GBP / Highest offer: 20 000 000.00 GBP taken into consideration
II.2)Description
II.2.2)Additional CPV code(s)71314300 Energy-efficiency consultancy services
II.2.3)Place of performanceNUTS code: UKI LONDON
Main site or place of performance:
II.2.4)Description of the procurement:
LHC require the provision of energy efficiency consultancy services, to complement LHC’s energy efficiency measures and associated works framework agreement (N8), expected to commence in October 2020 and other LHC framework agreements, covering energy efficiency measures. As a minimum, tenderers are required to have the capability and experience to provide consultancy and project management services for the 21 energy efficiency measures, which form the core services for the N8 framework agreement:
A. External wall insulation
B. Cavity wall insulation
C. Internal wall insulation
D. Insulation materials (loft)
E. Biomass
F. Solar PV with battery storage
G. Air to water heat pumps
H. District heating interface units
I. Traditional boilers
K. Rainscreen 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 criteriaQuality criterion - Name: Project case study / Weighting: 15
Quality criterion - Name: Framework management and capability / Weighting: 13
Quality criterion - Name: Project resources / Weighting: 10
Quality criterion - Name: Regional capability / Weighting: 7
Quality criterion - Name: CDM compliance / Weighting: 8
Quality criterion - Name: Social value / Weighting: 7
Price - Weighting: 40
II.2.11)Information about optionsOptions: no
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
II.2)Description
II.2.2)Additional CPV code(s)71314300 Energy-efficiency consultancy services
II.2.3)Place of performanceNUTS code: UKH EAST OF ENGLAND
II.2.4)Description of the procurement:
LHC require the provision of energy efficiency consultancy services, to complement LHC’s energy efficiency measures and associated works framework agreement (N8), expected to commence in October 2020 and other LHC framework agreements, covering energy efficiency measures. As a minimum, tenderers are required to have the capability and experience to provide consultancy and project management services for the 21 energy efficiency measures, which form the core services for the N8 framework agreement:
A. External wall insulation
B. Cavity wall insulation
C. Internal wall insulation
D. Insulation materials (loft)
E. Biomass
F. Solar PV with battery storage
G. Air to water heat pumps
H. District heating interface units
I. Traditional boilers
K. Rainscreen 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 criteriaQuality criterion - Name: Project case study / Weighting: 15
Quality criterion - Name: Framework management and capability / Weighting: 13
Quality criterion - Name: Project resources / Weighting: 10
Quality criterion - Name: Regional capability / Weighting: 7
Quality criterion - Name: CDM compliance / Weighting: 8
Quality criterion - Name: Social value / Weighting: 7
Price - Weighting: 40
II.2.11)Information about optionsOptions: no
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
II.2)Description
II.2.2)Additional CPV code(s)71314300 Energy-efficiency consultancy services
II.2.3)Place of performanceNUTS code: UKJ SOUTH EAST (ENGLAND)
II.2.4)Description of the procurement:
LHC require the provision of energy efficiency consultancy services, to complement LHC’s energy efficiency measures and associated works framework agreement (N8), expected to commence in October 2020 and other LHC framework agreements, covering energy efficiency measures. As a minimum, tenderers are required to have the capability and experience to provide consultancy and project management services for the 21 energy efficiency measures, which form the core services for the N8 framework agreement:
A. External wall insulation
B. Cavity wall insulation
C. Internal wall insulation
D. Insulation materials (loft)
E. Biomass
F. Solar PV with battery storage
G. Air to water heat pumps
H. District heating interface units
I. Traditional boilers
K. Rainscreen 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 criteriaQuality criterion - Name: Project case study / Weighting: 15
Quality criterion - Name: Framework management and capability / Weighting: 13
Quality criterion - Name: Project resources / Weighting: 10
Quality criterion - Name: Regional capability / Weighting: 7
Quality criterion - Name: CDM compliance / Weighting: 8
Quality criterion - Name: Social value / Weighting: 7
Price - Weighting: 40
II.2.11)Information about optionsOptions: no
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
II.2)Description
II.2.2)Additional CPV code(s)71314300 Energy-efficiency consultancy services
II.2.3)Place of performanceNUTS code: UKG WEST MIDLANDS (ENGLAND)
NUTS code: UKF EAST MIDLANDS (ENGLAND)
II.2.4)Description of the procurement:
LHC require the provision of energy efficiency consultancy services, to complement LHC’s energy efficiency measures and associated works framework agreement (N8), expected to commence in October 2020 and other LHC framework agreements, covering energy efficiency measures. As a minimum, tenderers are required to have the capability and experience to provide consultancy and project management services for the 21 energy efficiency measures, which form the core services for the N8 framework agreement:
A. External wall insulation
B. Cavity wall insulation
C. Internal wall insulation
D. Insulation materials (loft)
E. Biomass
F. Solar PV with battery storage
G. Air to water heat pumps
H. District heating interface units
I. Traditional boilers
K. Rainscreen 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 criteriaQuality criterion - Name: Project case study / Weighting: 15
Quality criterion - Name: Framework management and capability / Weighting: 13
Quality criterion - Name: Project resources / Weighting: 10
Quality criterion - Name: Regional capability / Weighting: 7
Quality criterion - Name: CDM compliance / Weighting: 8
Quality criterion - Name: Social value / Weighting: 7
Price - Weighting: 40
II.2.11)Information about optionsOptions: no
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
II.2)Description
II.2.2)Additional CPV code(s)71314300 Energy-efficiency consultancy services
II.2.3)Place of performanceNUTS code: UKK SOUTH WEST (ENGLAND)
II.2.4)Description of the procurement:
LHC require the provision of energy efficiency consultancy services, to complement LHC’s energy efficiency measures and associated works framework agreement (N8), expected to commence in October 2020 and other LHC framework agreements, covering energy efficiency measures. As a minimum, tenderers are required to have the capability and experience to provide consultancy and project management services for the 21 energy efficiency measures, which form the core services for the N8 framework agreement:
A. External wall insulation
B. Cavity wall insulation
C. Internal wall insulation
D. Insulation materials (loft)
E. Biomass
F. Solar PV with battery storage
G. Air to water heat pumps
H. District heating interface units
I. Traditional boilers
K. Rainscreen 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 criteriaQuality criterion - Name: Project case study / Weighting: 15
Quality criterion - Name: Framework management and capability / Weighting: 13
Quality criterion - Name: Project resources / Weighting: 10
Quality criterion - Name: Regional capability / Weighting: 7
Quality criterion - Name: CDM compliance / Weighting: 8
Quality criterion - Name: Social value / Weighting: 7
Price - Weighting: 40
II.2.11)Information about optionsOptions: no
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
II.2)Description
II.2.2)Additional CPV code(s)71314300 Energy-efficiency consultancy services
II.2.3)Place of performanceNUTS code: UKC NORTH EAST (ENGLAND)
NUTS code: UKD NORTH WEST (ENGLAND)
NUTS code: UKE YORKSHIRE AND THE HUMBER
II.2.4)Description of the procurement:
LHC require the provision of energy efficiency consultancy services, to complement LHC’s energy efficiency measures and associated works framework agreement (N8), expected to commence in October 2020 and other LHC framework agreements, covering energy efficiency measures. As a minimum, tenderers are required to have the capability and experience to provide consultancy and project management services for the 21 energy efficiency measures, which form the core services for the N8 framework agreement:
A. External wall insulation
B. Cavity wall insulation
C. Internal wall insulation
D. Insulation materials (loft)
E. Biomass
F. Solar PV with battery storage
G. Air to water heat pumps
H. District heating interface units
I. Traditional boilers
K. Rainscreen 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 criteriaQuality criterion - Name: Project case study / Weighting: 15
Quality criterion - Name: Framework management and capability / Weighting: 13
Quality criterion - Name: Project resources / Weighting: 10
Quality criterion - Name: Regional capability / Weighting: 7
Quality criterion - Name: CDM compliance / Weighting: 8
Quality criterion - Name: Social value / Weighting: 7
Price - Weighting: 40
II.2.11)Information about optionsOptions: no
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
II.2)Description
II.2.2)Additional CPV code(s)71314300 Energy-efficiency consultancy services
II.2.3)Place of performanceNUTS code: UKL WALES
II.2.4)Description of the procurement:
LHC require the provision of energy efficiency consultancy services, to complement LHC’s energy efficiency measures and associated works framework agreement (N8), expected to commence in October 2020 and other LHC framework agreements, covering energy efficiency measures. As a minimum, tenderers are required to have the capability and experience to provide consultancy and project management services for the 21 energy efficiency measures, which form the core services for the N8 framework agreement:
A. External wall insulation
B. Cavity wall insulation
C. Internal wall insulation
D. Insulation materials (loft)
E. Biomass
F. Solar PV with battery storage
G. Air to water heat pumps
H. District heating interface units
I. Traditional boilers
K. Rainscreen 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 criteriaQuality criterion - Name: Project case study / Weighting: 15
Quality criterion - Name: Framework management and capability / Weighting: 13
Quality criterion - Name: Project resources / Weighting: 10
Quality criterion - Name: Regional capability / Weighting: 7
Quality criterion - Name: CDM compliance / Weighting: 8
Quality criterion - Name: Social value / Weighting: 7
Price - Weighting: 40
II.2.11)Information about optionsOptions: no
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
II.2)Description
II.2.2)Additional CPV code(s)71314300 Energy-efficiency consultancy services
II.2.3)Place of performanceNUTS code: UKM SCOTLAND
II.2.4)Description of the procurement:
LHC require the provision of energy efficiency consultancy services, to complement LHC’s energy efficiency measures and associated works framework agreement (N8), expected to commence in October 2020 and other LHC framework agreements, covering energy efficiency measures. As a minimum, tenderers are required to have the capability and experience to provide consultancy and project management services for the 21 energy efficiency measures, which form the core services for the N8 framework agreement:
A. External wall insulation
B. Cavity wall insulation
C. Internal wall insulation
D. Insulation materials (loft)
E. Biomass
F. Solar PV with battery storage
G. Air to water heat pumps
H. District heating interface units
I. Traditional boilers
K. Rainscreen 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 criteriaQuality criterion - Name: Project case study / Weighting: 15
Quality criterion - Name: Framework management and capability / Weighting: 13
Quality criterion - Name: Project resources / Weighting: 10
Quality criterion - Name: Regional capability / Weighting: 7
Quality criterion - Name: CDM compliance / Weighting: 8
Quality criterion - Name: Social value / Weighting: 7
Price - Weighting: 40
II.2.11)Information about optionsOptions: no
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
Section V: Award of contract
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:06/05/2020
V.2.2)Information about tendersNumber of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Currie and Brown UK Ltd
Postal address: 40 Holborn Viaduct
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC1N2PB
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Rybka Ltd
Postal address: 24 Rutland Street
Town: Edinburgh
NUTS code: UKM75 Edinburgh, City of
Postal code: EH12AN
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Lowest offer: 1.00 GBP / Highest offer: 20 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:06/05/2020
V.2.2)Information about tendersNumber of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Currie and Brown UK Ltd
Postal address: 40 Holborn Viaduct
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC1N 2PB
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Rybka Ltd
Postal address: 24 Rutland Street
Town: Edinburgh
NUTS code: UKM75 Edinburgh, City of
Postal code: EH1 2AN
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Drees and Sommer UK Ltd
Postal address: 13 New North Street
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: WC1N 3PJ
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Lowest offer: 1.00 GBP / Highest offer: 20 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:06/05/2020
V.2.2)Information about tendersNumber of tenders received: 5
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Currie and Brown UK Ltd
Postal address: 40 Holborn Viaduct
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC1N 2PB
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: GEP Environmental
Postal address: Unit 5, Basepoint Business Centre, 1 Winnall Valley Road
Town: Winchester
NUTS code: UK UNITED KINGDOM
Postal code: SO23 0LD
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Rybka Ltd
Postal address: 24 Rutland Street
Town: Edinburgh
NUTS code: UKM75 Edinburgh, City of
Postal code: EH12AN
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: MDG Consultants
Postal address: McDermott House, Inveralmond Place, Inveralmond Industrial Estate
Town: Perth
NUTS code: UK UNITED KINGDOM
Postal code: PH13TS
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Lowest offer: 1.00 GBP / Highest offer: 20 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:06/05/2020
V.2.2)Information about tendersNumber of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Currie and Brown UK Ltd
Postal address: 40 Holborn Viaduct
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC1N 2PB
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: GEP Environmental
Postal address: Unit 5, Basepoint Business Centre, 1 Winnall Valley Road
Town: Winchester
NUTS code: UK UNITED KINGDOM
Postal code: SO23 0LD
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Rybka Ltd
Postal address: 24 Rutland Street
Town: Edinburgh
NUTS code: UKM75 Edinburgh, City of
Postal code: EH12AN
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Lowest offer: 1.00 GBP / Highest offer: 20 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:06/05/2020
V.2.2)Information about tendersNumber of tenders received: 6
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Warmworks
Postal address: 1 Carmichael Place, Suite 5
Town: Edinburgh
NUTS code: UKM75 Edinburgh, City of
Postal code: EH65PH
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Currie and Brown UK Ltd
Postal address: 40 Holborn Viaduct
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC1N2PB
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: GEP Environmental
Postal address: Unit 5, Basepoint Business Centre, 1 Winnall Valley Road
Town: Winchester
NUTS code: UK UNITED KINGDOM
Postal code: SO23 0LD
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Rybka Ltd
Postal address: 24 Rutland Street
Town: Edinburgh
NUTS code: UKM75 Edinburgh, City of
Postal code: EH1 2AN
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: MDG Consultants
Postal address: McDermott House, Inveralmond Place, Inveralmond Industrial Estate
Town: Perth
NUTS code: UK UNITED KINGDOM
Postal code: PH13TS
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Lowest offer: 1.00 GBP / Highest offer: 20 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:06/05/2020
V.2.2)Information about tendersNumber of tenders received: 5
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Currie and Brown UK Ltd
Postal address: 40 Holborn Viaduct
Town: London
NUTS code: UKI LONDON
Postal code: EC1N2PB
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: GEP Environmental
Postal address: Unit 5, Basepoint Business Centre, 1 Winnall Valley Road
Town: Winchester
NUTS code: UK UNITED KINGDOM
Postal code: SO23 0LD
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Rybka Ltd
Postal address: 24 Rutland Street
Town: Edinburgh
NUTS code: UKM75 Edinburgh, City of
Postal code: EH12AN
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Drees and Sommer UK Ltd
Postal address: 13 New North Street
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: WC1N 3PJ
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Lowest offer: 1.00 GBP / Highest offer: 20 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:06/05/2020
V.2.2)Information about tendersNumber of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Currie and Brown UK Ltd
Postal address: 40 Holborn Viaduct
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC1N 2PB
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Rybka Ltd
Postal address: 24 Rutland Street
Town: Edinburgh
NUTS code: UKM75 Edinburgh, City of
Postal code: EH1 2AN
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Drees and Sommer UK Ltd
Postal address: 13 New North Street
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: WC1N 3PJ
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Lowest offer: 1.00 GBP / Highest offer: 20 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:06/05/2020
V.2.2)Information about tendersNumber of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: GEP Environmental
Postal address: Unit 5, Basepoint Business Centre, 1 Winnall Valley Road
Town: Winchester
NUTS code: UK UNITED KINGDOM
Postal code: SO230LD
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Currie and Brown UK Ltd
Postal address: 40 Holborn Viaduct
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC1N2PB
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Rybka Ltd
Postal address: 24 Rutland Street
Town: Edinburgh
NUTS code: UKM75 Edinburgh, City of
Postal code: EH12AN
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Drees and Sommer UK Ltd
Postal address: 13 New North Street
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: WC1N3PJ
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Lowest offer: 1.00 GBP / Highest offer: 20 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting