Services - 245104-2020

26/05/2020    S101

United Kingdom-Cardiff: Energy-efficiency consultancy services

2020/S 101-245104

Contract award notice

Results of the procurement procedure

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: LHC for the Welsh Procurement Alliance (WPA)
Postal address: Regus House, Falcon Drive
Town: Cardiff
NUTS code: UK UNITED KINGDOM
Postal code: CF10 4RU
Country: United Kingdom
E-mail: umar.khan@lhc.gov.uk
Telephone: +44 1895274800
Internet address(es):
Main address: http://www.lhc.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Other activity: Provision of Framework Services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Energy Efficiency (Decarbonisation) Consultancy Services

Reference number: N8C
II.1.2)Main CPV code
71314300 Energy-efficiency consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

LHC require the provision of energy efficiency consultancy services, to complement LHC’s energy efficiency measures and associated works framework agreement (N8), expected to commence in October 2020 and other LHC framework agreements, covering energy efficiency measures. As a minimum, tenderers are required to have the capability and experience to provide consultancy and project management services for the 21 energy efficiency measures as specified in the ITT documents.

II.1.6)Information about lots
This contract is divided into lots: yes
II.1.7)Total value of the procurement (excluding VAT)
Lowest offer: 1.00 GBP / Highest offer: 20 000 000.00 GBP taken into consideration
II.2)Description
II.2.1)Title:

London

Lot No: 1
II.2.2)Additional CPV code(s)
71314300 Energy-efficiency consultancy services
II.2.3)Place of performance
NUTS code: UKI LONDON
Main site or place of performance:

London.

II.2.4)Description of the procurement:

LHC require the provision of energy efficiency consultancy services, to complement LHC’s energy efficiency measures and associated works framework agreement (N8), expected to commence in October 2020 and other LHC framework agreements, covering energy efficiency measures. As a minimum, tenderers are required to have the capability and experience to provide consultancy and project management services for the 21 energy efficiency measures, which form the core services for the N8 framework agreement:

A. External wall insulation

B. Cavity wall insulation

C. Internal wall insulation

D. Insulation materials (loft)

E. Biomass

F. Solar PV with battery storage

G. Air to water heat pumps

H. District heating interface units

I. Traditional boilers

K. Rainscreen 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 criteria
Quality 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 options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

East of England

Lot No: 2
II.2.2)Additional CPV code(s)
71314300 Energy-efficiency consultancy services
II.2.3)Place of performance
NUTS 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 criteria
Quality 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 options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

South East

Lot No: 3
II.2.2)Additional CPV code(s)
71314300 Energy-efficiency consultancy services
II.2.3)Place of performance
NUTS 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 criteria
Quality 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 options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Midlands

Lot No: 4
II.2.2)Additional CPV code(s)
71314300 Energy-efficiency consultancy services
II.2.3)Place of performance
NUTS 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 criteria
Quality 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 options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

South West

Lot No: 5
II.2.2)Additional CPV code(s)
71314300 Energy-efficiency consultancy services
II.2.3)Place of performance
NUTS 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 criteria
Quality 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 options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

North England

Lot No: 6
II.2.2)Additional CPV code(s)
71314300 Energy-efficiency consultancy services
II.2.3)Place of performance
NUTS 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 criteria
Quality 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 options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Wales

Lot No: 7
II.2.2)Additional CPV code(s)
71314300 Energy-efficiency consultancy services
II.2.3)Place of performance
NUTS 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 criteria
Quality 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 options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Scotland

Lot No: 8
II.2.2)Additional CPV code(s)
71314300 Energy-efficiency consultancy services
II.2.3)Place of performance
NUTS 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 criteria
Quality 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 options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 031-073747
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Lot No: 4
Title:

Midlands

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
06/05/2020
V.2.2)Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from 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 contractor
Official 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 contractor
Official 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

Lot No: 5
Title:

South West

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
06/05/2020
V.2.2)Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from 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 contractor
Official 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 contractor
Official 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 contractor
Official 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

Lot No: 6
Title:

North England

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
06/05/2020
V.2.2)Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from 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 contractor
Official 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 contractor
Official 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 contractor
Official 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 contractor
Official 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

Lot No: 7
Title:

Wales

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
06/05/2020
V.2.2)Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from 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 contractor
Official 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 contractor
Official 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 contractor
Official 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

Lot No: 8
Title:

Scotland

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
06/05/2020
V.2.2)Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from 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 contractor
Official 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 contractor
Official 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 contractor
Official 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 contractor
Official 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 contractor
Official 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

Lot No: 1
Title:

London

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
06/05/2020
V.2.2)Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from 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 contractor
Official 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 contractor
Official 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 contractor
Official 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 contractor
Official 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

Lot No: 2
Title:

East of England

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
06/05/2020
V.2.2)Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from 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 contractor
Official 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 contractor
Official 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 contractor
Official 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

Lot No: 3
Title:

South East

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
06/05/2020
V.2.2)Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from 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 contractor
Official 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 contractor
Official 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 contractor
Official 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 contractor
Official 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

Section VI: Complementary information

VI.3)Additional information:

Tenderers wishing to service lots for Wales will be required to accommodate the requirements of the‘Well-being of Future Generations Act’.

(WA Ref:101771)

VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court
Postal address: The Royal Courts Of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Public Procurement Review Service
Postal address: Cabinet Office
Town: London
Country: United Kingdom
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Telephone: +44 3450103503
VI.5)Date of dispatch of this notice:
21/05/2020