Local Partnerships : National Energy Performance Contract Framework (RE:FIT)

  Local Partnerships is using Delta eSourcing to run this tender exercise

Notice Summary
Title: National Energy Performance Contract Framework (RE:FIT)
Notice type: Contract Notice
Authority: Local Partnerships
Nature of contract: Services
Procedure: Open
Short Description: Greater London Authority (GLA) and Local Partnerships are procuring a framework agreement to succeed the current ‘RE:FIT’ framework. The Framework will allow public bodies and Registered Social Landlords to contract with providers to make carbon savings and/or costs savings through implementing energy efficiency and/or energy generation measures to their buildings or estates. Service providers will identify and implement energy efficiency and/or generation measures enabling organisations to cut running costs, reduce energy consumption and lower carbon emissions. As part of the terms of the Framework Agreement, the Service Provider will guarantee a set level of savings and/or performance over a period of the arrangement. Further information is provided in relation to the Framework at VI.3
Published: 03/10/2019 18:26
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Energy and related services.
Section I: Contracting Authority
      I.1) Name and addresses
             Local Partnerships
             18 Smith Square, London, SW1P 3HZ, United Kingdom
             Tel. +44 2071877379, Email: refit.procurement@local.gov.uk
             Main Address: https://www.bipsolutions.com
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.bipsolutions.com
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.bipsolutions.com to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: National Energy Performance Contract Framework (RE:FIT)       
      Reference Number: 4325070671
      II.1.2) Main CPV Code:
      71314000 - Energy and related services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Greater London Authority (GLA) and Local Partnerships are procuring a framework agreement to succeed the current ‘RE:FIT’ framework. The Framework will allow public bodies and Registered Social Landlords to contract with providers to make carbon savings and/or costs savings through implementing energy efficiency and/or energy generation measures to their buildings or estates. Service providers will identify and implement energy efficiency and/or generation measures enabling organisations to cut running costs, reduce energy consumption and lower carbon emissions. As part of the terms of the Framework Agreement, the Service Provider will guarantee a set level of savings and/or performance over a period of the arrangement.
Further information is provided in relation to the Framework at VI.3       
      II.1.5) Estimated total value:
      Value excluding VAT: 500,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      71314000 - Energy and related services.
      09300000 - Electricity, heating, solar and nuclear energy.
      09310000 - Electricity.
      09323000 - District heating.
      09330000 - Solar energy.
      09331000 - Solar panels.
      09332000 - Solar installation.
      31000000 - Electrical machinery, apparatus, equipment and consumables; Lighting.
      31527260 - Lighting systems.
      31682000 - Electricity supplies.
      39715000 - Water heaters and heating for buildings; plumbing equipment.
      39717200 - Air-conditioning appliances.
      42122000 - Pumps.
      42160000 - Boiler installations.
      42500000 - Cooling and ventilation equipment.
      44111520 - Thermal insulating material.
      44115220 - Heating materials.
      44622000 - Heat-recovery systems.
      45200000 - Works for complete or part construction and civil engineering work.
      45210000 - Building construction work.
      45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
      45251000 - Construction works for power plants and heating plants.
      45251200 - Heating plant construction work.
      45251250 - District-heating plant construction work.
      45251220 - Cogeneration plant construction work.
      45261900 - Roof repair and maintenance work.
      45300000 - Building installation work.
      45315000 - Electrical installation work of heating and other electrical building-equipment.
      45315300 - Electricity supply installations.
      45320000 - Insulation work.
      45321000 - Thermal insulation work.
      45331000 - Heating, ventilation and air-conditioning installation work.
      45421130 - Installation of doors and windows.
      50700000 - Repair and maintenance services of building installations.
      50710000 - Repair and maintenance services of electrical and mechanical building installations.
      50720000 - Repair and maintenance services of central heating.
      50721000 - Commissioning of heating installations.
      51100000 - Installation services of electrical and mechanical equipment.
      65400000 - Other sources of energy supplies and distribution.
      65410000 - Operation of a power plant.
      71312000 - Structural engineering consultancy services.
      71313000 - Environmental engineering consultancy services.
      71314200 - Energy-management services.
      71314300 - Energy-efficiency consultancy services.
      71314310 - Heating engineering services for buildings.
      71315000 - Building services.
      71320000 - Engineering design services.
      71321200 - Heating-system design services.
      79993000 - Building and facilities management services.
      34928500 - Street-lighting equipment.
      34928510 - Street-lighting columns.
      09121200 - Mains gas.
      09123000 - Natural gas.
      71321000 - Engineering design services for mechanical and electrical installations for buildings.
      71323100 - Electrical power systems design services.
      45259000 - Repair and maintenance of plant.
      42511110 - Heat pumps.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Greater London Authority (GLA) and Local Partnerships are procuring a framework agreement to succeed the current ‘RE:FIT’ framework. The Framework will allow public bodies and Registered Social Landlords to contract with providers to make carbon savings and/or costs savings through implementing energy efficiency and/or energy generation measures to their buildings or estates. Service providers will identify and implement energy efficiency and/or generation measures enabling organisations to cut running costs, reduce energy consumption and lower carbon emissions. As part of the terms of the Framework Agreement, the Service Provider will guarantee a set level of savings and/or performance over a period of the arrangement.
Further information is provided in relation to the Framework at VI.3
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 500,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Greater London Authority (GLA) and Local Partnerships are procuring a framework agreement to succeed the current ‘RE:FIT’ framework. The Framework will allow public bodies and Registered Social Landlords to contract with providers to make carbon savings and/or costs savings through implementing energy efficiency and/or energy generation measures to their buildings or estates.       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      No requirement for bidders to be on professional or trade registers in order to bid    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 16           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: 2019/S 145 - 357191       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 08/11/2019 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 08/11/2019
         Time: 13:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

Greater London Authority (GLA) and Local Partnerships are procuring a framework agreement to succeed the current ‘RE:FIT’ framework. The Framework will allow public bodies and Registered Social Landlords to contract with providers to make carbon savings and/or costs savings through implementing energy efficiency and/or energy generation measures to their buildings or estates. Service Providers will identify and implement energy efficiency and/or energy generation measures enabling organisations to cut running costs, reduce energy consumption and lower carbon emissions.
The Framework Agreement will be used for a broad range of measures to reduce CO2 emissions including, but not limited to insulation and building fabric improvements, replacement or upgrading of mechanical and electrical services equipment, water saving devices and the installation of bespoke energy efficiency and generation measures. The contracting authorities are also considering expanding the framework agreement to include retrofit of deep retrofit measures to domestic buildings.
The Framework Agreement may include optional services to support projects such as ongoing maintenance and operation services, and the contracting authorities are also considering whether an option for service providers to fully finance projects.
As part of the terms of the Framework Agreement, the Service Provider will guarantee a set level of savings and/or performance over a period of the arrangement.
Support will be provided to public bodies using the framework by a third party procured by the GLA (in London) and Local Partnerships (outside of London).
The contracting authorities intend to make the framework agreement available for use by Public Sector bodies and Registered Social Landlords. A full list is set out below, (and any future successors to these organisations) is available via

https://localpartnerships.org.uk/wp-content/uploads/2019/10/OJEU-notice-V1.3.pdf

which include Central Government Departments and their Arm’s Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities. No public sector body is committed to place an order under the Framework Agreement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Energy-and-related-services./U2ZYZ398Q6

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/U2ZYZ398Q6
   VI.4) Procedures for review
   VI.4.1) Review body:
             The High Court of England and Wales
       The Rolls Building, 7 Rolls Buildings, Fetter Lane, London, EC4A 1NL, United Kingdom
       Tel. +44 2079477783, Email: chancery.issue@justice.gov.uk
       Internet address: https://courttribunalfinder.service.gov.uk/courts/chancery-division
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Contracting Authority will incorporate a minimum of ten (10) calendar days standstill period at the point that information on the conclusion of the Framework Agreement is communicated to all tenderers. This period allows any unsuccessful tenderer(s) to seek further debriefing information from the Contracting Authority before the conclusion of the Framework Agreement. Such additional information should be requested from the address at I.1 of this notice. If an appeal regarding the conclusion of the Framework Agreement has not been successfully resolved, then the Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within thirty (30) days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is good reason for doing so, but not as to permit proceedings to be started more than three (3) months after that date. Where the Framework Agreement has not been concluded, the Court may set aside the decision to award the Framework Agreement or order the Contracting Authority to amend any document and may award damages. If the Framework Agreement has been concluded, the Court may only award damages, or where the award procedures have not been followed correctly, declare the Framework Agreement to be ineffective.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 03/10/2019

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       The Greater London Authority
       City Hall, The Queen's Walk, London, SE1 2AA, United Kingdom
       Tel. +44 2079834100, Email: refit.procurement@local.gov.uk
       Main Address: https://www.london.gov.uk/
       NUTS Code: UKI

View any Notice Addenda

National Energy Performance Contract Framework (RE:FIT)

UK-London: Energy and related services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Local Partnerships
       18 Smith Square, London, SW1P 3HZ, United Kingdom
       Tel. +44 2071877379, Email: refit.procurement@local.gov.uk
       Main Address: https://www.bipsolutions.com
       NUTS Code: UKI

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: National Energy Performance Contract Framework (RE:FIT)      Reference number: 4325070671      
   II.1.2) Main CPV code:
      71314000 - Energy and related services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: Greater London Authority (GLA) and Local Partnerships are procuring a framework agreement to succeed the current ‘RE:FIT’ framework. The Framework will allow public bodies and Registered Social Landlords to contract with providers to make carbon savings and/or costs savings through implementing energy efficiency and/or energy generation measures to their buildings or estates. Service providers will identify and implement energy efficiency and/or generation measures enabling organisations to cut running costs, reduce energy consumption and lower carbon emissions. As part of the terms of the Framework Agreement, the Service Provider will guarantee a set level of savings and/or performance over a period of the arrangement.
Further information is provided in relation to the Framework at VI.3

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 07/10/2019

VI.6) Original notice reference:

   Notice Reference:    2019 - 232685   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 03/10/2019

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                                    
         Section Number: IV.2.2          
         Place of text to be modified: IV.2.2          
         Instead of:
         Date: 08/11/2019         
         Local Time: 12:00          
         Read:
         Date: 11/11/2019         
         Local Time: 12:00                   
   
VII.2) Other additional information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Energy-and-related-services./U2ZYZ398Q6

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/U2ZYZ398Q6


Additional Addresses And Contact Points

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      1. Contracting Authority/Entity:
          The Greater London Authority
          City Hall, The Queen's Walk, London, SE1 2AA, United Kingdom
          Tel. +44 2079834100, Email: refit.procurement@local.gov.uk
          Main Address: https://www.london.gov.uk/
          NUTS Code: UKI

National Energy Performance Contract Framework (RE:FIT)

UK-London: Energy and related services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Local Partnerships
       18 Smith Square, London, SW1P 3HZ, United Kingdom
       Tel. +44 2071877379, Email: refit.procurement@local.gov.uk
       Main Address: https://www.bipsolutions.com
       NUTS Code: UKI

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: National Energy Performance Contract Framework (RE:FIT)      Reference number: 4325070671      
   II.1.2) Main CPV code:
      71314000 - Energy and related services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: Greater London Authority (GLA) and Local Partnerships are procuring a framework agreement to succeed the current ‘RE:FIT’ framework. The Framework will allow public bodies and Registered Social Landlords to contract with providers to make carbon savings and/or costs savings through implementing energy efficiency and/or energy generation measures to their buildings or estates. Service providers will identify and implement energy efficiency and/or generation measures enabling organisations to cut running costs, reduce energy consumption and lower carbon emissions. As part of the terms of the Framework Agreement, the Service Provider will guarantee a set level of savings and/or performance over a period of the arrangement.
Further information is provided in relation to the Framework at VI.3

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 09/10/2019

VI.6) Original notice reference:

   Notice Reference:    2019 - 232685   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 03/10/2019

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: IV.2.2          
         Lot No: Not provided          
         Place of text to be modified: IV.2.2          
         Instead of: Time limit for receipt of tenders or requests to participate
Date: 08/11/2019 Time: 12:00          
         Read: Time limit for receipt of tenders or requests to participate
Date: 11/11/2019 Time: 12:00
                                    
      
      VII.1.2) Text to be corrected in original notice No: 2
                  
         Section Number: IV.2.7          
         Lot No: Not provided          
         Place of text to be modified: IV.2.7          
         Instead of: Conditions for opening of tenders:
Date: 08/11/2019
Time: 13:00          
         Read: Conditions for opening of tenders:
Date: 11/11/2019
Time: 13:00
                                    
   
VII.2) Other additional information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Energy-and-related-services./U2ZYZ398Q6

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/U2ZYZ398Q6


Additional Addresses And Contact Points

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      1. Contracting Authority/Entity:
          The Greater London Authority
          City Hall, The Queen's Walk, London, SE1 2AA, United Kingdom
          Tel. +44 2079834100, Email: refit.procurement@local.gov.uk
          Main Address: https://www.london.gov.uk/
          NUTS Code: UKI

National Energy Performance Contract Framework (RE:FIT)

UK-London: Energy and related services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Local Partnerships
       18 Smith Square, London, SW1P 3HZ, United Kingdom
       Tel. +44 2071877379, Email: refit.procurement@local.gov.uk
       Main Address: www.localpartnerships.org.uk
       NUTS Code: UKI

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: National Energy Performance Contract Framework (RE:FIT)      Reference number: 4325070671      
   II.1.2) Main CPV code:
      71314000 - Energy and related services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: Greater London Authority (GLA) and Local Partnerships are procuring a framework agreement to succeed the current ‘RE:FIT’ framework. The Framework will allow public bodies and Registered Social Landlords to contract with providers to make carbon savings and/or costs savings through implementing energy efficiency and/or energy generation measures to their buildings or estates. Service providers will identify and implement energy efficiency and/or generation measures enabling organisations to cut running costs, reduce energy consumption and lower carbon emissions. As part of the terms of the Framework Agreement, the Service Provider will guarantee a set level of savings and/or performance over a period of the arrangement.
Further information is provided in relation to the Framework at VI.3

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 11/10/2019

VI.6) Original notice reference:

   Notice Reference:    2019 - 232685   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 03/10/2019

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: VI.3          
         Lot No: Not provided          
         Place of text to be modified: Additional Information          
         Instead of: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

Greater London Authority (GLA) and Local Partnerships are procuring a framework agreement to succeed the current ‘RE:FIT’ framework. The Framework will allow public bodies and Registered Social Landlords to contract with providers to make carbon savings and/or costs savings through implementing energy efficiency and/or energy generation measures to their buildings or estates. Service Providers will identify and implement energy efficiency and/or energy generation measures enabling organisations to cut running costs, reduce energy consumption and lower carbon emissions.

The Framework Agreement will be used for a broad range of measures to reduce CO2 emissions including, but not limited to insulation and building fabric improvements, replacement or upgrading of mechanical and electrical services equipment, water saving devices and the installation of bespoke energy efficiency and generation measures. The contracting authorities are also considering expanding the framework agreement to include retrofit of deep retrofit measures to domestic buildings.

The Framework Agreement may include optional services to support projects such as ongoing maintenance and operation services, and the contracting authorities are also considering whether an option for service providers to fully finance projects.

As part of the terms of the Framework Agreement, the Service Provider will guarantee a set level of savings and/or performance over a period of the arrangement.

Support will be provided to public bodies using the framework by a third party procured by the GLA (in London) and Local Partnerships (outside of London).

The contracting authorities intend to make the framework agreement available for use by Public Sector bodies and Registered Social Landlords. A full list is set out below, (and any future successors to these organisations) is available via

https://localpartnerships.org.uk/wp-content/uploads/2019/10/OJEU-notice-V1.3.pdf

Which include Central Government Departments and their Arm’s Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities. No public sector body is committed to place an order under the Framework Agreement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Energy-and-related-services./U2ZYZ398Q6

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/U2ZYZ398Q6

GO Reference: GO-2019103-PRO-15434980          
         Read: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

Greater London Authority (GLA) and Local Partnerships are procuring a framework agreement to succeed the current ‘RE:FIT’ framework. The Framework will allow public bodies and Registered Social Landlords to contract with providers to make carbon savings and/or costs savings through implementing energy efficiency and/or energy generation measures to their buildings or estates. Service Providers will identify and implement energy efficiency and/or energy generation measures enabling organisations to cut running costs, reduce energy consumption and lower carbon emissions.

The Framework Agreement will be used for a broad range of measures to reduce CO2 emissions including, but not limited to insulation and building fabric improvements, replacement or upgrading of mechanical and electrical services equipment, water saving devices and the installation of bespoke energy efficiency and generation measures. The contracting authorities are also considering expanding the framework agreement to include retrofit of deep retrofit measures to domestic buildings.

The Framework Agreement may include optional services to support projects such as ongoing maintenance and operation services, and the contracting authorities are also considering whether an option for service providers to fully finance projects.

As part of the terms of the Framework Agreement, the Service Provider will guarantee a set level of savings and/or performance over a period of the arrangement.

Support will be provided to public bodies using the framework by a third party procured by the GLA (in London) and Local Partnerships (outside of London).

The contracting authorities intend to make the framework agreement available for use by Public Sector bodies and Registered Social Landlords. A full list is set out below, (and any future successors to these organisations) is available via

https://localpartnerships.org.uk/wp-content/uploads/2019/10/OJEU-notice-V1.3.pdf

Which include Central Government Departments and their Arm’s Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities. No public sector body is committed to place an order under the Framework Agreement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Energy-and-related-services./U2ZYZ398Q6

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/U2ZYZ398Q6

GO Reference: GO-2019103-PRO-15434980

Please see the below link to register for the Re:fit Supplier Information Webinar, scheduled for Monday 14th October at 10.30am.

https://attendee.gotowebinar.com/register/742794173943017485

An individual registration email will be issued to the email address used to register to the Delta Portal, please ensure that you have pre-registered for the webinar to ensure you are able to connect. After registering, you will receive a confirmation email containing information about joining the webinar.

The slides presented will be issued to all registered suppliers, along with the Q&A for any questions raised. We will be collating clarification questions throughout the webinar, however all responses will be provided back to all registered suppliers via the message centre.
                                    
   
VII.2) Other additional information: Please see the below link to register for the Re:fit Supplier Information Webinar, scheduled for Monday 14th October at 10.30am.

https://attendee.gotowebinar.com/register/742794173943017485
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Energy-and-related-services./U2ZYZ398Q6

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/U2ZYZ398Q6


Additional Addresses And Contact Points

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      1. Contracting Authority/Entity:
          The Greater London Authority
          City Hall, The Queen's Walk, London, SE1 2AA, United Kingdom
          Tel. +44 2079834100, Email: refit.procurement@local.gov.uk
          Main Address: https://www.london.gov.uk/
          NUTS Code: UKI

View Award Notice

UK-London: Energy and related services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Local Partnerships
       18 Smith Square, London, SW1P 3HZ, United Kingdom
       Tel. +44 2071877379, Email: refit.procurement@local.gov.uk
       Contact: Rachel Toresen-Owuor
       Main Address: https://localpartnerships.org.uk/
       NUTS Code: UKI

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: National Energy Performance Contract Framework (RE:FIT)            
      Reference number: 4325070671

      II.1.2) Main CPV code:
         71314000 - Energy and related services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Greater London Authority (GLA) and Local Partnerships are procuring a framework agreement to succeed the current ‘RE:FIT’ framework. The Framework will allow public bodies and Registered Social Landlords to contract with providers to make carbon savings and/or costs savings through implementing energy efficiency and/or energy generation measures to their buildings or estates. Service providers will identify and implement energy efficiency and/or generation measures enabling organisations to cut running costs, reduce energy consumption and lower carbon emissions. As part of the terms of the Framework Agreement, the Service Provider will guarantee a set level of savings and/or performance over a period of the arrangement.
Further information is provided in relation to the Framework at VI.3

      II.1.6) Information about lots
         This contract is divided into lots: No
                                                                                                      
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 500,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71314000 - Energy and related services.
            09300000 - Electricity, heating, solar and nuclear energy.
            09310000 - Electricity.
            09323000 - District heating.
            09330000 - Solar energy.
            09331000 - Solar panels.
            09332000 - Solar installation.
            31000000 - Electrical machinery, apparatus, equipment and consumables; Lighting.
            31527260 - Lighting systems.
            31682000 - Electricity supplies.
            39715000 - Water heaters and heating for buildings; plumbing equipment.
            39717200 - Air-conditioning appliances.
            42122000 - Pumps.
            42160000 - Boiler installations.
            42500000 - Cooling and ventilation equipment.
            44111520 - Thermal insulating material.
            44115220 - Heating materials.
            44622000 - Heat-recovery systems.
            45200000 - Works for complete or part construction and civil engineering work.
            45210000 - Building construction work.
            45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
            45251000 - Construction works for power plants and heating plants.
            45251200 - Heating plant construction work.
            45251250 - District-heating plant construction work.
            45251220 - Cogeneration plant construction work.
            45261900 - Roof repair and maintenance work.
            45300000 - Building installation work.
            45315000 - Electrical installation work of heating and other electrical building-equipment.
            45315300 - Electricity supply installations.
            45320000 - Insulation work.
            45321000 - Thermal insulation work.
            45331000 - Heating, ventilation and air-conditioning installation work.
            45421130 - Installation of doors and windows.
            50700000 - Repair and maintenance services of building installations.
            50710000 - Repair and maintenance services of electrical and mechanical building installations.
            50720000 - Repair and maintenance services of central heating.
            50721000 - Commissioning of heating installations.
            51100000 - Installation services of electrical and mechanical equipment.
            65400000 - Other sources of energy supplies and distribution.
            65410000 - Operation of a power plant.
            71312000 - Structural engineering consultancy services.
            71313000 - Environmental engineering consultancy services.
            71314200 - Energy-management services.
            71314300 - Energy-efficiency consultancy services.
            71314310 - Heating engineering services for buildings.
            71315000 - Building services.
            71320000 - Engineering design services.
            71321200 - Heating-system design services.
            79993000 - Building and facilities management services.
            34928500 - Street-lighting equipment.
            34928510 - Street-lighting columns.
            09121200 - Mains gas.
            09123000 - Natural gas.
            71321000 - Engineering design services for mechanical and electrical installations for buildings.
            71323100 - Electrical power systems design services.
            45259000 - Repair and maintenance of plant.
            42511110 - Heat pumps.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Greater London Authority (GLA) and Local Partnerships are procuring a framework agreement to succeed the current ‘RE:FIT’ framework. The Framework will allow public bodies and Registered Social Landlords to contract with providers to make carbon savings and/or costs savings through implementing energy efficiency and/or energy generation measures to their buildings or estates. Service providers will identify and implement energy efficiency and/or generation measures enabling organisations to cut running costs, reduce energy consumption and lower carbon emissions. As part of the terms of the Framework Agreement, the Service Provider will guarantee a set level of savings and/or performance over a period of the arrangement.
Further information is provided in relation to the Framework at VI.3

      II.2.5) Award criteria:
      Quality criterion - Name: Project Management / Weighting: 15
      Quality criterion - Name: Analysis and Design / Weighting: 15
      Quality criterion - Name: Installation Phase / Weighting: 15
      Quality criterion - Name: Performance Delivery / Weighting: 15
      Quality criterion - Name: Financing / Weighting: 5
      Quality criterion - Name: Achieving Strategic Goals and Wider Benefits / Weighting: 5
                  
      Cost criterion - Name: Pricing Approach / Weighting: 30
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Greater London Authority (GLA) and Local Partnerships have procured the fourth ‘RE:FIT’ framework. The Framework will allow public bodies and Registered Social Landlords to contract with providers to make carbon savings and/or costs savings through implementing energy efficiency and/or energy generation measures to their buildings or estates.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2019/S 194-471647
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/04/2020

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Ameresco Limited, 06614239
             5 Wesley Street, Castleford, WF10 1JG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000,000          
         Total value of the contract/lot: 500,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Not Provided          

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/05/2019

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Asset Plus Energy Performance Limited, 07320317
             Larkfleet House, Bourne, PE10 0FF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000,000          
         Total value of the contract/lot: 500,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Not Provided          

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/04/2020

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Bouygues E&S Solutions Limited, 04243192
             Becket House, London, SE1 7EU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000,000          
         Total value of the contract/lot: 500,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Not Provided          

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/04/2020

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Breathe Energy Limited, 07023025
             13A Tottenham Mews, London, W1T 4AQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000,000          
         Total value of the contract/lot: 500,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Not Provided          

Award Of Contract (No.5)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/04/2020

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Cenergist Limited, 08191364
             7 Bede House, Washington, NE37 2SH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000,000          
         Total value of the contract/lot: 500,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Not Provided          

Award Of Contract (No.6)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/04/2020

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Centrica Business Solutions UK Ltd, 01874716
             Millstream, Maidenhead Road, Windsor, SL4 5GD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000,000          
         Total value of the contract/lot: 500,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Not Provided          

Award Of Contract (No.7)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/04/2020

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             EDF Energy Customers Limited, 02228297
             90 Whitfield Street, London, W1T 4EZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000,000          
         Total value of the contract/lot: 500,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Not Provided          

Award Of Contract (No.8)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/04/2020

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Engie Services Limited, 00598379
             Shared Services Centre, Q3 Office, Newcastle Upon Tyne, NE12 8EX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000,000          
         Total value of the contract/lot: 500,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Not Provided          

Award Of Contract (No.9)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/04/2020

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             E.ON Control Solutions Limited, 04681451
             Westwood Business Park, Coventry, CV4 8LG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000,000          
         Total value of the contract/lot: 500,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Not Provided          

Award Of Contract (No.10)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/04/2020

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Mi Space (UK) Limited, 06280106
             Midas House, Exeter, EX2 5WS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000,000          
         Total value of the contract/lot: 500,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Not Provided          

Award Of Contract (No.11)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/04/2020

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             SPIE Limited, 06275653
             2nd Floor, 33 Gracechurch Street, London, EC3V 0BT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000,000          
         Total value of the contract/lot: 500,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Not Provided          

Award Of Contract (No.12)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/04/2020

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             TESGL LIMITED T/A SSE ENTERPRISE ENERGY SOLUTIONS, 08462158
             Ocean Court, Caspian Road, Altrincham, WA14 5HH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000,000          
         Total value of the contract/lot: 500,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Not Provided          

Award Of Contract (No.13)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/04/2020

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Statkraft UK Limited, 05742795
             41 Moorgate, London, EC2R 6PP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000,000          
         Total value of the contract/lot: 500,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Not Provided          

Award Of Contract (No.14)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/04/2020

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Switch2 Energy Limited, 02409803
             The Waterfront, Salt Mills Road, Shipley, BD17 7EZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000,000          
         Total value of the contract/lot: 500,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Not Provided          

Award Of Contract (No.15)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/04/2020

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Veolia Energy & Utility Services Limited, 02585759
             210 Pentonville Road, London, N1 9JY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000,000          
         Total value of the contract/lot: 500,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Not Provided          

Award Of Contract (No.16)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/04/2020

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Vital Energi Utilities Limited, 04050190
             Century House, Roman Road, Blackburn, BB1 2LD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000,000          
         Total value of the contract/lot: 500,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Not Provided          
Section VI: Complementary information

   VI.3) Additional information: The Framework will be used for a broad range of measures to reduce CO2 emissions. The Service Provider guarantees a set level of performance over a period of the arrangement. Support is provided to public bodies using the Framework by a 3rd party procured by the GLA (in London) and Local Partnerships (outside of London). The Framework is available for use by Public Sector bodies and Registered Social Landlords. A full list (and any future successors to these organisations) is available at https://localpartnerships.org.uk/wp-content/uploads/2019/10/OJEU-notice-V1.3.pdf which include Central Govt Departments and their Arm’s Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities. No public sector body is committed to place an order under the Framework.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=497345980

   VI.4) Procedures for review

      VI.4.1) Review body
          The High Court of England and Wales
          The Rolls Building, 7 Rolls Buildings, Fetter Lane, London, EC4A 1NL, United Kingdom
          Tel. +44 2079477783, Email: chancery.issue@justice.gov.uk
          Internet address: https://courttribunalfinder.service.gov.uk/courts/chancery-division

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Contracting Authority will incorporate a minimum of ten (10) calendar days standstill period at the point that information on the conclusion of the Framework Agreement is communicated to all tenderers. This period allows any unsuccessful tenderer(s) to seek further debriefing information from the Contracting Authority before the conclusion of the Framework Agreement. Such additional information should be requested from the address at I.1 of this notice. If an appeal regarding the conclusion of the Framework Agreement has not been successfully resolved, then the Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within thirty (30) days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is good reason for doing so, but not as to permit proceedings to be started more than three (3) months after that date. Where the Framework Agreement has not been concluded, the Court may set aside the decision to award the Framework Agreement or order the Contracting Authority to amend any document and may award damages. If the Framework Agreement has been concluded, the Court may only award damages, or where the award procedures have not been followed correctly, declare the Framework Agreement to be ineffective.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 29/05/2020

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       The Greater London Authority
       City Hall, The Queen's Walk, London, SE1 2AA, United Kingdom
       Tel. +44 2079834100, Email: Sylvia.Baron@london.gov.uk
       Contact: Sylvia Baron
       Main Address: https://www.london.gov.uk/
       NUTS Code: UKI