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 contractServices
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.1.6)Information about lotsThis contract is divided into lots: yes
II.1.7)Total value of the procurement (excluding VAT)Value excluding VAT: 500 000 000.00 GBP
II.2)Description
II.2.1)Title:
Inner London West — Workstream 1 — Value Band GBP 0 to GBP 750 000
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:
• GBP 0 to GBP 750 000
• GBP 500 000-GBP 1.5 million
• GBP 1.5 million 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 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: Quality / Weighting: 60
Price - Weighting: 40
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 - 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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 criteriaQuality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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.
Section V: Award of contract
Title:
Berkshire, Hampshire & Isle of Wight UKJ3 & UKJ11 - Workstream 1 - Value Band £500k to 1.5m
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:06/11/2020
V.2.2)Information about tendersNumber of tenders received: 17
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: AD Construction Group (Architectural Decorators Ltd)
Postal address: Samuel House, 7 Powerscroft Road
Town: Sidcup, Kent
NUTS code: UKJ4 Kent
Postal code: DA14 5DT
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Ameresco Ltd
Postal address: 11-13 Crosswall
Town: London
NUTS code: UKI LONDON
Postal code: EC3N 2JY
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: British Gas Social Housing Ltd
Postal address: Priory House, Manor Park Court, Manor Park
Town: Runcorn, Cheshire
NUTS code: UKD6 Cheshire
Postal code: WA7 1TN
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Crystal Electronics Ltd
Postal address: 4 & 4a Titley Bawk Avenue
Town: Earls Barton, Northamptonshire
NUTS code: UKF2 Leicestershire, Rutland and Northamptonshire
Postal code: NN6 0LA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: E.ON Energy Solutions Ltd
Postal address: Newstead Court, Sherwood Park, Little Oak Drive
Town: Annesley, Nottingham
NUTS code: UKF14 Nottingham
Postal code: NG15 0DR
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: ENGIE Regeneration Limited
Postal address: Avondale House, Phoenix Crescent, Strathclyde Business Park
Town: Bellshill, North Lanarkshire
NUTS code: UKM84 North Lanarkshire
Postal code: ML4 3NJ
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: K&T Heating Limited
Postal address: Unit 1 Yardley Business Park, Luckyn Lane,
Town: Basildon, Essex
NUTS code: UKH3 Essex
Postal code: SS14 3BZ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Kensa Contracting Ltd
Postal address: Kensa House, Mount Wellington Mine
Town: Chasewater, Truro
NUTS code: UKK3 Cornwall and Isles of Scilly
Postal code: TR4 8RJ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Lawtech Group Ltd
Postal address: 11 Lakeside Park, Neptune Close, Medway City Estate
Town: Rochester, Kent
NUTS code: UKJ4 Kent
Postal code: ME2 4LT
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Mi-space (UK) Limited
Postal address: Midas House, Woodwater Park,
Town: Pynes Hill, Exeter
NUTS code: UKK4 Devon
Postal code: EX2 5WS
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Sustainable Building Services (UK) Limited
Postal address: Unit 2B White Moss Business Park
Town: Skelmersdale, Lancashire
NUTS code: UKD4 Lancashire
Postal code: WN8 9TW
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: SWARCO UK Ltd
Postal address: Unit 1 Maxted Corner, Maxted Road
Town: Hemel Hempstead
NUTS code: UKH23 Hertfordshire
Postal code: HP2 7RA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Synergize Limited
Postal address: Unit 8, Fusion Court, Aberford Road
Town: Garforth, Leeds
NUTS code: UKE42 Leeds
Postal code: LS25 2GH
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Thermal Earth Ltd
Postal address: Plot B, Capel Hendre Ind. Est
Town: Ammanford, Carms
NUTS code: UKL WALES
Postal code: SA18 3SK
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: United Living (South) Limited
Postal address: Media House, Azalea Drive
Town: Swanley, Kent
NUTS code: UKJ4 Kent
Postal code: BR8 8HU
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Zing Energy Ltd
Postal address: JR Quarter, Moy Road Industrial Estate
Town: Taffs Well, Rhondda Cynon Taff
NUTS code: UKL WALES
Postal code: CF15 7QR
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Custom Solar Ltd
Postal address: 6 Dunston Place, Dunston Road
Town: Chesterfield, Derbyshire
NUTS code: UKF11 Derby
Postal code: S41 8NL
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 500 000 000.00 GBP
V.2.5)Information about subcontracting
Section V: Award of contract
Title:
Oxfordshire, Bucks, & Milton Keynes UKJ12,13 & 14 - Workstream 1 - Value Band £500k to £1.5m
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:06/11/2020
V.2.2)Information about tendersNumber of tenders received: 16
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: AD Construction Group (Architectural Decorators Ltd)
Postal address: Samuel House, 7 Powerscroft Road
Town: Sidcup, Kent
NUTS code: UKJ4 Kent
Postal code: DA14 5DT
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Ameresco Ltd
Postal address: 11-13 Crosswall
Town: London
NUTS code: UKI LONDON
Postal code: EC3N 2JY
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Aran Services Ltd
Postal address: Units 1 - 6 The Old Station
Town: Higham, Bury St Edmunds
NUTS code: UKH14 Suffolk
Postal code: IP28 6NE
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: British Gas Social Housing Ltd
Postal address: Priory House, Manor Park Court, Manor Park
Town: Runcorn, Cheshire
NUTS code: UKD6 Cheshire
Postal code: WA7 1TN
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Crystal Electronics Ltd
Postal address: 4 & 4a Titley Bawk Avenue
Town: Earls Barton, Northamptonshire
NUTS code: UKF2 Leicestershire, Rutland and Northamptonshire
Postal code: NN6 0LA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: E.ON Energy Solutions Ltd
Postal address: Newstead Court, Sherwood Park, Little Oak Drive
Town: Annesley, Nottingham
NUTS code: UKF14 Nottingham
Postal code: NG15 0DR
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: ENGIE Regeneration Limited
Postal address: Avondale House, Phoenix Crescent, Strathclyde Business Park
Town: Bellshill, North Lanarkshire
NUTS code: UKM84 North Lanarkshire
Postal code: ML4 3NJ
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Insulated Render Systems (Scotland) Ltd
Postal address: 74 Glencraig Street
Town: Airdrie, North Lanarkshire
NUTS code: UKM84 North Lanarkshire
Postal code: ML6 9AS
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Kensa Contracting Ltd
Postal address: Kensa House, Mount Wellington Mine
Town: Chasewater, Truro
NUTS code: UKK3 Cornwall and Isles of Scilly
Postal code: TR4 8RJ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Lawtech Group Ltd
Postal address: 11 Lakeside Park, Neptune Close, Medway City Estate
Town: Rochester, Kent
NUTS code: UKJ4 Kent
Postal code: ME2 4LT
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Sustainable Building Services (UK) Limited
Postal address: Unit 2B White Moss Business Park
Town: Skelmersdale, Lancashire
NUTS code: UKD4 Lancashire
Postal code: WN8 9TW
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: SWARCO UK Ltd
Postal address: Unit 1 Maxted Corner, Maxted Road
Town: Hemel Hempstead
NUTS code: UKH23 Hertfordshire
Postal code: HP2 7RA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Zing Energy Ltd
Postal address: JR Quarter, Moy Road Industrial Estate
Town: Taffs Well, Rhondda Cynon Taff
NUTS code: UKL WALES
Postal code: CF15 7QR
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: United Living (South) Limited
Postal address: Media House, Azalea Drive,
Town: Swanley, Kent
NUTS code: UKJ4 Kent
Postal code: BR8 8HU
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Thermal Earth Ltd
Postal address: Plot B, Capel Hendre Ind. Est
Town: Ammanford, Carms
NUTS code: UKL WALES
Postal code: SA18 3SK
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Custom Solar Ltd
Postal address: 6 Dunston Place, Dunston Road
Town: Chesterfield, Derbyshire
NUTS code: UKF11 Derby
Postal code: S41 8NL
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 500 000 000.00 GBP
V.2.5)Information about subcontracting
Section V: Award of contract
Title:
Gloucestershire, Wiltshire and Bristol/Bath area UKK1 - Workstream 1 - Value Band £500k to £1.5m
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:06/11/2020
V.2.2)Information about tendersNumber of tenders received: 16
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Ameresco Ltd
Postal address: 11-13 Crosswall
Town: London
NUTS code: UKI LONDON
Postal code: EC3N 2JY
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: British Gas Social Housing Ltd
Postal address: Priory House, Manor Park Court, Manor Park
Town: Runcorn, Cheshire
NUTS code: UKD6 Cheshire
Postal code: WA7 1TN
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Crystal Electronics Ltd
Postal address: 4 & 4a Titley Bawk Avenue
Town: Earls Barton, Northamptonshire
NUTS code: UKF2 Leicestershire, Rutland and Northamptonshire
Postal code: NN6 0LA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: E.ON Energy Solutions Ltd
Postal address: Newstead Court, Sherwood Park, Little Oak Drive
Town: Annesley, Nottingham
NUTS code: UKF14 Nottingham
Postal code: NG15 0DR
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: ENGIE Regeneration Limited
Postal address: Avondale House, Phoenix Crescent,Strathclyde Business Park
Town: Bellshill, North Lanarkshire
NUTS code: UKM84 North Lanarkshire
Postal code: ML4 3NJ
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Gibson Specialist Technical Services Ltd
Postal address: Atlantic House, Charnwood Park
Town: Bridgend
NUTS code: UKL17 Bridgend and Neath Port Talbot
Postal code: CF31 3PL
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Ivor Cook Limited
Postal address: 51, Enterprise Way
Town: Newport, Gwent
NUTS code: UKL16 Gwent Valleys
Postal code: NP20 2AQ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Kensa Contracting Ltd
Postal address: Kensa House, Mount Wellington Mine
Town: Chasewater, Truro
NUTS code: UKK3 Cornwall and Isles of Scilly
Postal code: TR4 8RJ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Mi-space (UK) Limited
Postal address: Midas House, Woodwater Park, Pynes Hill
Town: Exeter, Devon
NUTS code: UKK4 Devon
Postal code: EX2 5WS
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Sure Maintenance Ltd
Postal address: Unit 16, The Matchworks, Speke Road
Town: Liverpool
NUTS code: UKD72 Liverpool
Postal code: L19 2RF
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Sustainable Building Services (UK) Limited
Postal address: Unit 2B White Moss Business Park
Town: Skelmersdale, Lancashire
NUTS code: UKD4 Lancashire
Postal code: WN8 9TW
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: SWARCO UK Ltd
Postal address: Unit 1 Maxted Corner, Maxted Road
Town: Hemel Hempstead
NUTS code: UKH23 Hertfordshire
Postal code: HP2 7RA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Synergize Limited
Postal address: Unit 8, Fusion Court, Aberford Road
Town: Garforth, Leeds
NUTS code: UKE42 Leeds
Postal code: LS25 2GH
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Thermal Earth Ltd
Postal address: Plot B, Capel Hendre Ind. Est
Town: Ammanford, Carms
NUTS code: UKL WALES
Postal code: SA18 3SK
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Zing Energy Ltd
Postal address: JR Quarter, Moy Road Industrial Estate
Town: Taffs Well, Rhondda Cynon Taff
NUTS code: UKL WALES
Postal code: CF15 7QR
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Custom Solar Ltd
Postal address: 6 Dunston Place, Dunston Road
Town: Chesterfield, Derbyshire
NUTS code: UKF11 Derby
Postal code: S41 8NL
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 500 000 000.00 GBP
V.2.5)Information about subcontracting
Section V: Award of contract
Title:
Dorset, Somerset and Devon UKK2/UKK4 - Workstream 1 - Value Band £500k to £1.5m
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:06/11/2020
V.2.2)Information about tendersNumber of tenders received: 16
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Ameresco Ltd
Postal address: 11-13 Crosswall
Town: London
NUTS code: UKI LONDON
Postal code: EC3N 2JY
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: British Gas Social Housing Ltd
Postal address: Priory House, Manor Park Court, Manor Park
Town: Runcorn, Cheshire
NUTS code: UKD6 Cheshire
Postal code: WA7 1TN
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Crystal Electronics Ltd
Postal address: 4 & 4a Titley Bawk Avenue
Town: Earls Barton, Northamptonshire
NUTS code: UKF24 West Northamptonshire
Postal code: NN6 0LA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: E.ON Energy Solutions Ltd
Postal address: Newstead Court, Sherwood Park, Little Oak Drive
Town: Annesley, Nottingham
NUTS code: UKF14 Nottingham
Postal code: NG15 0DR
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: ENGIE Regeneration Limited
Postal address: Avondale House, Phoenix Crescent, Strathclyde Business Park
Town: Bellshill, North Lanarkshire
NUTS code: UKM84 North Lanarkshire
Postal code: ML4 3NJ
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Gibson Specialist Technical Services Ltd
Postal address: Atlantic House, Charnwood Park
Town: Bridgend
NUTS code: UKL17 Bridgend and Neath Port Talbot
Postal code: CF31 3PL
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Kensa Contracting Ltd
Postal address: Kensa House, Mount Wellington Mine
Town: Chasewater, Truro
NUTS code: UKK23 Somerset
Postal code: TR4 8RJ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Mi-space (UK) Limited
Postal address: Midas House, Woodwater Park, Pynes Hill
Town: Exeter, Devon
NUTS code: UKK4 Devon
Postal code: EX2 5WS
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Sure Maintenance Ltd.
Postal address: Unit 16, The Matchworks, Speke Road
Town: Liverpool
NUTS code: UKD72 Liverpool
Postal code: L19 2RF
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Sustainable Building Services (UK) Limited
Postal address: Unit 2B White Moss Business Park
Town: Skelmersdale, Lancashire
NUTS code: UKD4 Lancashire
Postal code: WN8 9TW
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: SWARCO UK Ltd
Postal address: Unit 1 Maxted Corner, Maxted Road
Town: Hemel Hempstead
NUTS code: UKH23 Hertfordshire
Postal code: HP2 7RA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Synergize Limited
Postal address: Unit 8, Fusion Court, Aberford Road
Town: Garforth, Leeds
NUTS code: UKE42 Leeds
Postal code: LS25 2GH
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Thermal Earth Ltd
Postal address: Plot B, Capel Hendre Ind. Est
Town: Ammanford, Carms
NUTS code: UKL WALES
Postal code: SA18 3SK
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: United Living (South) Limited
Postal address: Media House, Azalea Drive
Town: Swanley, Kent
NUTS code: UKJ4 Kent
Postal code: BR8 8HU
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Zing Energy Ltd
Postal address: JR Quarter, Moy Road Industrial Estate
Town: Taffs Well, Rhondda Cynon Taff
NUTS code: UKL WALES
Postal code: CF15 7QR
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Custom Solar Ltd
Postal address: 6 Dunston Place, Dunston Road
Town: Chesterfield, Derbyshire
NUTS code: UKF11 Derby
Postal code: S41 8NL
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 500 000 000.00 GBP
V.2.5)Information about subcontracting
Section V: Award of contract
Title:
Bedfordshire Herfordshire and Essex UKH2 & 3- Workstream 1 - Value Band £500k to £1.5m
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:06/11/2020
V.2.2)Information about tendersNumber of tenders received: 17
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Aaron Services Limited
Postal address: Unit 1, Yardley Business Park, Luckyn Lane
Town: Basildon, Essex
NUTS code: UKH3 Essex
Postal code: SS14 3BZ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Aran Services Ltd
Postal address: Units 1 - 6 The Old Station
Town: Higham, Bury St Edmunds
NUTS code: UKH14 Suffolk
Postal code: IP28 6NE
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Breyer Group Plc
Postal address: Faringdon Avenue, Harold Hill
Town: Romford, Essex
NUTS code: UKH3 Essex
Postal code: RM3 8ST
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: British Gas Social Housing Ltd
Postal address: Priory House, Manor Park Court, Manor Park
Town: Runcorn, Cheshire
NUTS code: UKD6 Cheshire
Postal code: WA7 1TN
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Crystal Electronics Ltd
Postal address: 4 & 4a Titley Bawk Avenue
Town: Earls Barton, Northamptonshire
NUTS code: UKF2 Leicestershire, Rutland and Northamptonshire
Postal code: NN6 0LA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Custom Solar Ltd
Postal address: 6 Dunston Place, Dunston Road
Town: Chesterfield, Derbyshire
NUTS code: UKF11 Derby
Postal code: S41 8NL
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Ameresco Ltd
Postal address: 11-13 Crosswall
Town: London
NUTS code: UKI LONDON
Postal code: EC3N 2JY
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: E.ON Energy Solutions Ltd
Postal address: Newstead Court, Sherwood Park, Little Oak Drive
Town: Annesley, Nottingham
NUTS code: UKF14 Nottingham
Postal code: NG15 0DR
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: ENGIE Regeneration Limited
Postal address: Avondale House, Phoenix Crescent, Strathclyde Business Park
Town: Bellshill, North Lanarkshire
NUTS code: UKM84 North Lanarkshire
Postal code: ML4 3NJ
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Everwarm Limited
Postal address: 3 Inchcorse Place, Whitehill Industrial Estate
Town: Bathgate, West Lothian
NUTS code: UKM78 West Lothian
Postal code: EH48 2EE
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Kensa Contracting Ltd
Postal address: Kensa House, Mount Wellington Mine
Town: Chasewater, Truro
NUTS code: UKK23 Somerset
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Lawtech Group Ltd
Postal address: 11 Lakeside Park, Neptune Close, Medway City Estate
Town: Rochester, Kent
NUTS code: UKJ4 Kent
Postal code: ME2 4LT
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Sustainable Building Services (UK) Limited
Postal address: Unit 2B White Moss Business Park
Town: Skelmersdale, Lancashire
NUTS code: UKD4 Lancashire
Postal code: WN8 9TW
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: SWARCO UK Ltd
Postal address: Unit 1 Maxted Corner, Maxted Road
Town: Hemel Hempstead
NUTS code: UKH23 Hertfordshire
Postal code: HP2 7RA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Thermal Earth Ltd
Postal address: Plot B, Capel Hendre Ind. Est
Town: Ammanford, Carms
NUTS code: UKL WALES
Postal code: SA18 3SK
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: United Living (South) Limited
Postal address: Media House, Azalea Drive
Town: Swanley, Kent
NUTS code: UKJ4 Kent
Postal code: BR8 8HU
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Zing Energy Ltd
Postal address: JR Quarter, Moy Road Industrial Estate
Town: Taffs Well, Rhondda Cynon Taff
NUTS code: UKL WALES
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 500 000 000.00 GBP
V.2.5)Information about subcontracting
Section V: Award of contract
Title:
East Midlands (England) UKF- Workstream 1 - Value Band £500k to £1.5m
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:06/11/2020
V.2.2)Information about tendersNumber of tenders received: 18
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Aaron Services Limited
Postal address: Unit 1, Yardley Business Park, Luckyn Lane
Town: Basildon, Kent
NUTS code: UKJ4 Kent
Postal code: SS14 3BZ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Ameresco Ltd
Postal address: 11-13 Crosswall
Town: London
NUTS code: UKI LONDON
Postal code: EC3N 2JY
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Aran Services Ltd
Postal address: Units 1 - 6 The Old Station
Town: Higham, Bury St Edmunds
NUTS code: UKH14 Suffolk
Postal code: IP28 6NE
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: British Gas Social Housing Ltd
Postal address: Priory House, Manor Park Court, Manor Park
Town: Runcorn, Cheshire
NUTS code: UKD6 Cheshire
Postal code: WA7 1TN
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Crystal Electronics Ltd
Postal address: 4 & 4a Titley Bawk Avenue
Town: Earls Barton, Northamptonshire
NUTS code: UKF2 Leicestershire, Rutland and Northamptonshire
Postal code: NN6 0LA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Custom Solar Ltd
Postal address: 6 Dunston Place, Dunston Road
Town: Chesterfield, Derbyshire
NUTS code: UKF11 Derby
Postal code: S41 8NL
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: E.ON Energy Solutions Ltd
Postal address: Newstead Court, Sherwood Park, Little Oak Drive
Town: Annesley, Nottingham
NUTS code: UKF14 Nottingham
Postal code: NG15 0DR
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: ENGIE Regeneration Limited
Postal address: Avondale House, Phoenix Crescent, Strathclyde Business Park
Town: Bellshill, North Lanarkshire
NUTS code: UKM84 North Lanarkshire
Postal code: ML4 3NJ
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Everwarm Limited
Postal address: 3 Inchcorse Place, Whitehill Industrial Estate
Town: Bathgate, West Lothian
NUTS code: UKM78 West Lothian
Postal code: EH48 2EE
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Kensa Contracting Ltd
Postal address: Kensa House, Mount Wellington Mine
Town: Chasewater, Truro
NUTS code: UKK3 Cornwall and Isles of Scilly
Postal code: TR4 8RJ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Mi-space (UK) Limited
Postal address: Midas House, Woodwater Park
Town: Pynes Hill, Exeter
NUTS code: UKK4 Devon
Postal code: EX2 5WS
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: MP Group UK Limited
Postal address: 324 Drumoyne Road
Town: Glasgow
NUTS code: UKM82 Glasgow City
Postal code: G51 4DX
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Sure Maintenance Ltd
Postal address: Unit 16, The Matchworks, Speke Road
Town: Liverpool
NUTS code: UKD72 Liverpool
Postal code: L19 2RF
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Sustainable Building Services (UK) Limited
Postal address: Unit 2B White Moss Business Park
Town: Skelmersdale, Lancashire
NUTS code: UKD4 Lancashire
Postal code: WN8 9TW
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: SWARCO UK Ltd
Postal address: Unit 1 Maxted Corner, Maxted Road
Town: Hemel Hempstead
NUTS code: UKH23 Hertfordshire
Postal code: HP2 7RA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Thermal Earth Ltd
Postal address: Plot B, Capel Hendre Ind. Est
Town: Ammanford, Carms
NUTS code: UKL WALES
Postal code: SA18 3SK
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: United Living (South) Limited
Postal address: Media House, Azalea Drive
Town: Swanley, Kent
NUTS code: UKJ4 Kent
Postal code: BR8 8HU
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Zing Energy Ltd
Postal address: JR Quarter, Moy Road Industrial Estate
Town: Taffs Well, Rhondda Cynon Taff
NUTS code: UKL WALES
Postal code: CF15 7QR
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 500 000 000.00 GBP
V.2.5)Information about subcontracting
Section V: Award of contract
Title:
West Midland (England) UKG- Workstream 1 - Value Band £500k to £1.5m
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:06/11/2020
V.2.2)Information about tendersNumber of tenders received: 18
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Ameresco Ltd
Postal address: 11-13 Crosswall
Town: London
NUTS code: UKI LONDON
Postal code: EC3N 2JY
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Aran Services Ltd
Postal address: Units 1 - 6 The Old Station
Town: Higham, Bury St Edmunds
NUTS code: UKH14 Suffolk
Postal code: IP28 6NE
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: British Gas Social Housing Ltd
Postal address: Priory House, Manor Park Court, Manor Park
Town: Runcorn, Cheshire
NUTS code: UKD6 Cheshire
Postal code: WA7 1TN
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Crystal Electronics Ltd
Postal address: 4 & 4a Titley Bawk Avenue
Town: Earls Barton, Northamptonshire
NUTS code: UKF2 Leicestershire, Rutland and Northamptonshire
Postal code: NN6 0LA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Custom Solar Ltd
Postal address: 6 Dunston Place, Dunston Road
Town: Chesterfield, Derbyshire
NUTS code: UKF11 Derby
Postal code: S41 8NL
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: E.ON Energy Solutions Ltd
Postal address: Newstead Court, Sherwood Park, Little Oak Drive
Town: Annesley, Nottingham
NUTS code: UKF14 Nottingham
Postal code: NG15 0DR
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: ENGIE Regeneration Limited
Postal address: Avondale House, Phoenix Crescent, Strathclyde Business Park
Town: Bellshill, North Lanarkshire
NUTS code: UKM84 North Lanarkshire
Postal code: ML4 3NJ
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Insulated Render Systems (Scotland) Ltd
Postal address: 74 Glencraig Street,
Town: Airdrie, North Lanarkshire
NUTS code: UKM84 North Lanarkshire
Postal code: ML6 9AS
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Kensa Contracting Ltd
Postal address: Kensa House, Mount Wellington Mine
Town: Chasewater, Truro
NUTS code: UKK3 Cornwall and Isles of Scilly
Postal code: TR4 8RJ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Lawtech Group Ltd
Postal address: 11 Lakeside Park,Neptune Close, Medway City Estate
Town: Rochester, Kent
NUTS code: UKJ4 Kent
Postal code: ME2 4LT
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Mi-space (UK) Limited
Postal address: Midas House, Woodwater Park
Town: Pynes Hill, Exeter
NUTS code: UKK4 Devon
Postal code: EX2 5WS
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: MP Group UK Limited
Postal address: 324 Drumoyne Road
Town: Glasgow
NUTS code: UKM82 Glasgow City
Postal code: G51 4DX
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Sure Maintenance Ltd
Postal address: Unit 16, The Matchworks, Speke Road
Town: Liverpool
NUTS code: UKD72 Liverpool
Postal code: L19 2RF
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Sustainable Building Services (UK) Limited
Postal address: Unit 2B White Moss Business Park
Town: Skelmersdale, Lancashire
NUTS code: UKD4 Lancashire
Postal code: WN8 9TW
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: SWARCO UK Ltd
Postal address: Unit 1 Maxted Corner, Maxted Road
Town: Hemel Hempstead
NUTS code: UKH23 Hertfordshire
Postal code: HP2 7RA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Thermal Earth Ltd
Postal address: Plot B, Capel Hendre Ind. Est
Town: Ammanford, Carms
NUTS code: UKL WALES
Postal code: A18 3SK
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: United Living (South) Limited
Postal address: Media House, Azalea Drive
Town: Swanley, Kent
NUTS code: UKJ4 Kent
Postal code: BR8 8HU
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Zing Energy Ltd
Postal address: JR Quarter, Moy Road Industrial Estate
Town: Taffs Well,Rhondda Cynon Taff
NUTS code: UKL WALES
Postal code: CF15 7QR
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 500 000 000.00 GBP
V.2.5)Information about subcontracting
Section V: Award of contract
Title:
North West (England) UKD - Workstream 1 - Value Band £500k to £1.5m
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:05/11/2020
V.2.2)Information about tendersNumber of tenders received: 19
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Aaron Services Limited
Postal address: Unit 1, Yardley Business Park, Luckyn Lane
Town: Basildon, Essex
NUTS code: UKH3 Essex
Postal code: SS14 3BZ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: AES Limited
Postal address: AES Building, Lea Road
Town: Forres, Morayshire
NUTS code: UKM SCOTLAND
Postal code: IV36 1AU
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Ameresco Ltd
Postal address: 11-13 Crosswall
Town: London
NUTS code: UKI LONDON
Postal code: EC3N 2JY
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Aran Services Ltd
Postal address: Units 1 - 6 The Old Station
Town: Higham, Bury St Edmunds
NUTS code: UKH14 Suffolk
Postal code: IP28 6NE
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: British Gas Social Housing Ltd
Postal address: Priory House, Manor Park Court, Manor Park
Town: Runcorn, Cheshire
NUTS code: UKD6 Cheshire
Postal code: WA7 1TN
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Crystal Electronics Ltd
Postal address: 4 & 4a Titley Bawk Avenue
Town: Earls Barton, Northamptonshire
NUTS code: UKF2 Leicestershire, Rutland and Northamptonshire
Postal code: NN6 0LA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Custom Solar Ltd
Postal address: 6 Dunston Place, Dunston Road
Town: Chesterfield, Derbyshire
NUTS code: UKF11 Derby
Postal code: S41 8NL
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: E.ON Energy Solutions Ltd
Postal address: Newstead Court, Sherwood Park, Little Oak Drive
Town: Annesley, Nottingham
NUTS code: UKF14 Nottingham
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Easy Heat Systems Limited
Postal address: Mcdermott House, Inveralmond Industrial Estate
Town: Perth and Kinross
NUTS code: UKM77 Perth & Kinross and Stirling
Postal code: PH1 3TS
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: ENGIE Regeneration Limited
Postal address: Avondale House, Phoenix Crescent, Strathclyde Business Park
Town: Bellshill, North Lanarkshire
NUTS code: UKM84 North Lanarkshire
Postal code: ML4 3NJ
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Everwarm Limited
Postal address: 3 Inchcorse Place, Whitehill Industrial Estate
Town: Bathgate, West Lothian
NUTS code: UKM78 West Lothian
Postal code: EH48 2EE
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Kensa Contracting Ltd
Postal address: Kensa House, Mount Wellington Mine
Town: Chasewater, Truro
NUTS code: UKK3 Cornwall and Isles of Scilly
Postal code: TR4 8RJ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Lawtech Group Ltd
Postal address: 11 Lakeside Park, Neptune Close, Medway City Estate
Town: Rochester, Kent
NUTS code: UKJ4 Kent
Postal code: ME2 4LT
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: MP Group U K Limited
Postal address: 324 Drumoyne Road,
Town: Glasgow
NUTS code: UKM82 Glasgow City
Postal code: G51 4DX
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Sure Maintenance Ltd
Postal address: Unit 16, The Matchworks, Speke Road
Town: Liverpool
NUTS code: UKD72 Liverpool
Postal code: L19 2RF
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Sustainable Building Services (UK) Limited
Postal address: Unit 2B White Moss Business Park
Town: Skelmersdale, Lancashire
NUTS code: UKD4 Lancashire
Postal code: WN8 9TW
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: SWARCO UK Ltd
Postal address: Unit 1 Maxted Corner, Maxted Road
Town: Hemel Hempstead
NUTS code: UKH23 Hertfordshire
Postal code: HP2 7RA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: The Casey Group Limited
Postal address: Rydings Road
Town: Rochdale
NUTS code: UKD3 Greater Manchester
Postal code: OL12 9PS
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: United Living (South) Limited
Postal address: Media House, Azalea Drive
Town: Swanley, Kent
NUTS code: UKJ4 Kent
Postal code: BR8 8HU
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 500 000 000.00 GBP
V.2.5)Information about subcontracting
Section V: Award of contract
Title:
North East England - Workstream 1 - Value Band £500k to £1.5m
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:06/11/2020
V.2.2)Information about tendersNumber of tenders received: 17
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Aaron Services Limited
Postal address: Unit 1, Yardley Business Park, Luckyn Lane
Town: Basildon, Essex
NUTS code: UKH3 Essex
Postal code: SS14 3BZ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Sure Maintenance Ltd
Postal address: Unit 16, The Matchworks, Speke Road
Town: Liverpool
NUTS code: UKD72 Liverpool
Postal code: L19 2RF
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Sustainable Building Services (UK) Limited
Postal address: Unit 2B White Moss Business Park
Town: Skelmersdale, Lancashire
NUTS code: UKD4 Lancashire
Postal code: WN8 9TW
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: SWARCO UK Ltd
Postal address: Unit 1 Maxted Corner, Maxted Road
Town: Hemel Hempstead
NUTS code: UKH23 Hertfordshire
Postal code: HP2 7RA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: AES Limited
Postal address: AES Building, Lea Road,
Town: Forres, Morayshire
NUTS code: UKM62 Inverness & Nairn and Moray, Badenoch & Strathspey
Postal code: IV36 1AU
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Ameresco Ltd
Postal address: 11-13 Crosswall
Town: London
NUTS code: UKI LONDON
Postal code: EC3N 2JY
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: British Gas Social Housing Ltd
Postal address: Priory House, Manor Park Court, Manor Park
Town: Runcorn, Cheshire
NUTS code: UKD6 Cheshire
Postal code: WA7 1TN
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Crystal Electronics Ltd
Postal address: 4 & 4a Titley Bawk Avenue
Town: Earls Barton, Northamptonshire
NUTS code: UKF2 Leicestershire, Rutland and Northamptonshire
Postal code: NN6 0LA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Custom Solar Ltd
Postal address: 6 Dunston Place, Dunston Road
Town: Chesterfield, Derbyshire
NUTS code: UKF11 Derby
Postal code: S41 8NL
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: E.ON Energy Solutions Ltd
Postal address: Newstead Court, Sherwood Park, Little Oak Drive
Town: Annesley, Nottingham
NUTS code: UKF14 Nottingham
Postal code: NG15 0DR
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Easy Heat Systems Limited
Postal address: Mcdermott House, Inveralmond Industrial Estate
Town: Perth and Kinross
NUTS code: UKM77 Perth & Kinross and Stirling
Postal code: PH1 3TS
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: ENGIE Regeneration Limited
Postal address: Avondale House, Phoenix Crescent, Strathclyde Business Park
Town: Bellshill, North Lanarkshire
NUTS code: UKM84 North Lanarkshire
Postal code: ML4 3NJ
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Everwarm Limited
Postal address: 3 Inchcorse Place, Whitehill Industrial Estate
Town: Bathgate, West Lothian
NUTS code: UKM78 West Lothian
Postal code: EH48 2EE
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Insulated Render Systems (Scotland) Ltd
Postal address: 74 Glencraig Street
Town: Airdrie, North Lanarkshire
NUTS code: UKM84 North Lanarkshire
Postal code: ML6 9AS
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Kensa Contracting Ltd
Postal address: Kensa House, Mount Wellington Mine
Town: Chasewater, Truro
NUTS code: UKK3 Cornwall and Isles of Scilly
Postal code: TR4 8RJ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: MP Group UK Limited
Postal address: 324 Drumoyne Road
Town: Glasgow
NUTS code: UKM82 Glasgow City
Postal code: G51 4DX
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: United Living (South) Limited
Postal address: Media House, Azalea Drive
Town: Swanley, Kent
NUTS code: UKJ4 Kent
Postal code: BR8 8HU
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 500 000 000.00 GBP
V.2.5)Information about subcontracting