Opportunity

Greener Futures Partnership Decarbonisation Delivery Framework

  • Abri Group Limited

F02: Contract notice

Notice reference: 2023/S 000-002225

Published 24 January 2023, 8:54pm



The closing date and time has been changed to:

3 March 2023, 5:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Abri Group Limited

Collins House Bishopstoke Road Eastleigh

Hampshire

SO50 6AD

Contact

Sharon Hunt

Email

gfp@echelonconsultancy.co.uk

Telephone

+44 01707339800

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

Abri

Internet address(es)

Main address

https://greenerfuturespartnership.co.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45191

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=58648&B=ECHELON

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=58648&B=ECHELON

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Greener Futures Partnership Decarbonisation Delivery Framework

Reference number

ECH 1205

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Greener Futures Partnerships (GFP) are procuring a National framework of suitably qualified constructors and consultants for the delivery of retrofit works and services. As well as creating a route to market, GFP aspire to create a truly collaborative framework where all parties contribute and continually develop best practice in the field of decarbonisation. The Framework will be for a total of 7 years (4+3) to enable delivery of the works supported by the Social Housing Decarbonisation Fund and will be open to all Contracting Authorities in England and Wales to access. GFP intend to procure a separate Decarbonisation Delivery Framework for the delivery of retrofit works and services in Scotland, which will be the subject of a separate Contract Notice and procurement process conducted in accordance with the Public Contracts Regulations (Scotland) 2015. Abri will be the CA for the purposes of this procurement who enters into the Framework Agreement with successful Suppliers.

two.1.5) Estimated total value

Value excluding VAT: £1,477,600,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
5

Maximum number of lots that may be awarded to one tenderer: 5

two.2) Description

two.2.1) Title

Construction Works (up to £5m) North England & North Wales

Lot No

1a

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 51000000 - Installation services (except software)
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 09331000 - Solar panels
  • 09332000 - Solar installation
  • 42511110 - Heat pumps
  • 44621110 - Central-heating radiators
  • 45232141 - Heating works
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45331100 - Central-heating installation work
  • 71321200 - Heating-system design services
  • 45311100 - Electrical wiring work
  • 42943210 - Immersion thermostats
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45331200 - Ventilation and air-conditioning installation work
  • 45331210 - Ventilation installation work
  • 44112600 - Sound insulation
  • 45261410 - Roof insulation work
  • 45321000 - Thermal insulation work
  • 45323000 - Sound insulation work
  • 45421100 - Installation of doors and windows and related components
  • 45421110 - Installation of door and window frames
  • 45421112 - Installation of window frames
  • 45421130 - Installation of doors and windows
  • 45421132 - Installation of windows
  • 42515000 - District heating boiler
  • 44621000 - Radiators and boilers
  • 44621200 - Boilers
  • 44621210 - Water boilers
  • 44621220 - Central-heating boilers
  • 45331110 - Boiler installation work
  • 45262100 - Scaffolding work

two.2.3) Place of performance

NUTS codes
  • UKL23 - Flintshire and Wrexham
  • UKL13 - Conwy and Denbighshire
  • UKL12 - Gwynedd
  • UKL11 - Isle of Anglesey
  • UKE4 - West Yorkshire
  • UKE3 - South Yorkshire
  • UKE2 - North Yorkshire
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE - Yorkshire and the Humber
  • UKD7 - Merseyside
  • UKD6 - Cheshire
  • UKD4 - Lancashire
  • UKD3 - Greater Manchester
  • UKD1 - Cumbria
  • UKD - North West (England)
  • UKC2 - Northumberland and Tyne and Wear
  • UKC1 - Tees Valley and Durham
  • UKC - North East (England)

two.2.4) Description of the procurement

Lot 1a will cover Decarbonisation Construction works up to £5m in North England and North Wales.

Work under this Lot 1 could include Solar PV and Battery, Heat Pumps, Electric Heaters, Heat and Hot Water Controller, Mechanical Extract, Solid Floor Insulation, Low Energy, Lighting, Internal Wall Insulation, Suspended Floor Insulation, Loft Insulation, Cavity Wall Insulation, Pitched Roof Insulation, Flat Roof Insulation, Windows, Front Doors, Hydrogen Boilers, Gas Boilers, Biomass, Combined Heating and Power and External Wall Insulation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £105,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The framework includes an option to extend for a further 3 years beyond the initial 4 year term to align with the Government target of 2030 for retrofit and decarbonisation work.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Construction Works (up to £5m) Midlands and Mid Wales

Lot No

1b

two.2.2) Additional CPV code(s)

  • 51000000 - Installation services (except software)
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 09331000 - Solar panels
  • 09332000 - Solar installation
  • 42511110 - Heat pumps
  • 44621110 - Central-heating radiators
  • 45232141 - Heating works
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45331100 - Central-heating installation work
  • 71321200 - Heating-system design services
  • 45311100 - Electrical wiring work
  • 42943210 - Immersion thermostats
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45331200 - Ventilation and air-conditioning installation work
  • 45331210 - Ventilation installation work
  • 44112600 - Sound insulation
  • 45261410 - Roof insulation work
  • 45321000 - Thermal insulation work
  • 45323000 - Sound insulation work
  • 45421100 - Installation of doors and windows and related components
  • 45421110 - Installation of door and window frames
  • 45421112 - Installation of window frames
  • 45421130 - Installation of doors and windows
  • 42515000 - District heating boiler
  • 44621000 - Radiators and boilers
  • 44621200 - Boilers
  • 44621210 - Water boilers
  • 44621220 - Central-heating boilers
  • 45331110 - Boiler installation work
  • 45262100 - Scaffolding work

two.2.3) Place of performance

NUTS codes
  • UKL24 - Powys
  • UKL15 - Central Valleys
  • UKG3 - West Midlands
  • UKG2 - Shropshire and Staffordshire
  • UKG1 - Herefordshire, Worcestershire and Warwickshire
  • UKG - West Midlands (England)
  • UKF3 - Lincolnshire
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKF1 - Derbyshire and Nottinghamshire
  • UKF - East Midlands (England)

two.2.4) Description of the procurement

Lot 1b will cover Decarbonisation Construction works up to £5m in the Midlands and Central Wales.

Work under this could include Solar PV and Battery, Heat Pumps, Electric Heaters, Heat and Hot Water Controller, Mechanical Extract, Solid Floor Insulation, Low Energy, Lighting, Internal Wall Insulation, Suspended Floor Insulation, Loft Insulation, Cavity Wall Insulation, Pitched Roof Insulation, Flat Roof Insulation, Windows, Front Doors, Hydrogen Boilers, Gas Boilers, Biomass, Combined Heating and Power and External Wall Insulation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £70,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The framework includes an option to extend for a further 3 years beyond the initial 4 year term to align with the Government target of 2030 for retrofit and decarbonisation work.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Construction Works (up to £5m) South West England and South Wales

Lot No

1c

two.2.2) Additional CPV code(s)

  • 51000000 - Installation services (except software)
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 09331000 - Solar panels
  • 09332000 - Solar installation
  • 42511110 - Heat pumps
  • 44621110 - Central-heating radiators
  • 45232141 - Heating works
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45331100 - Central-heating installation work
  • 45311100 - Electrical wiring work
  • 42943210 - Immersion thermostats
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45331200 - Ventilation and air-conditioning installation work
  • 45331210 - Ventilation installation work
  • 44112600 - Sound insulation
  • 45261410 - Roof insulation work
  • 45321000 - Thermal insulation work
  • 45323000 - Sound insulation work
  • 45421100 - Installation of doors and windows and related components
  • 45421110 - Installation of door and window frames
  • 45421112 - Installation of window frames
  • 45421130 - Installation of doors and windows
  • 45421132 - Installation of windows
  • 42515000 - District heating boiler
  • 44621000 - Radiators and boilers
  • 44621200 - Boilers
  • 44621210 - Water boilers
  • 44621220 - Central-heating boilers
  • 45331110 - Boiler installation work
  • 45262100 - Scaffolding work

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan
  • UKL21 - Monmouthshire and Newport
  • UKL18 - Swansea
  • UKL17 - Bridgend and Neath Port Talbot
  • UKL16 - Gwent Valleys
  • UKL14 - South West Wales
  • UKK4 - Devon
  • UKK3 - Cornwall and Isles of Scilly
  • UKK2 - Dorset and Somerset
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
  • UKK - South West (England)

two.2.4) Description of the procurement

Lot 1c will cover Decarbonisation Construction works up to £5m in South West England and South Wales.

Work under this could include Solar PV and Battery, Heat Pumps, Electric Heaters, Heat and Hot Water Controller, Mechanical Extract, Solid Floor Insulation, Low Energy, Lighting, Internal Wall Insulation, Suspended Floor Insulation, Loft Insulation, Cavity Wall Insulation, Pitched Roof Insulation, Flat Roof Insulation, Windows, Front Doors, Hydrogen Boilers, Gas Boilers, Biomass, Combined Heating and Power and External Wall Insulation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £42,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The framework includes an option to extend for a further 3 years beyond the initial 4 year term to align with the Government target of 2030 for retrofit and decarbonisation work.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Construction Works (up to £5m) South and East England

Lot No

1d

two.2.2) Additional CPV code(s)

  • 51000000 - Installation services (except software)
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 09331000 - Solar panels
  • 09332000 - Solar installation
  • 42511110 - Heat pumps
  • 44621110 - Central-heating radiators
  • 45232141 - Heating works
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45331100 - Central-heating installation work
  • 71321200 - Heating-system design services
  • 45311100 - Electrical wiring work
  • 42943210 - Immersion thermostats
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45331200 - Ventilation and air-conditioning installation work
  • 45331210 - Ventilation installation work
  • 44112600 - Sound insulation
  • 45261410 - Roof insulation work
  • 45321000 - Thermal insulation work
  • 45323000 - Sound insulation work
  • 45421100 - Installation of doors and windows and related components
  • 45421110 - Installation of door and window frames
  • 45421112 - Installation of window frames
  • 45421130 - Installation of doors and windows
  • 45421132 - Installation of windows
  • 42515000 - District heating boiler
  • 44621000 - Radiators and boilers
  • 44621200 - Boilers
  • 44621210 - Water boilers
  • 44621220 - Central-heating boilers
  • 45331110 - Boiler installation work
  • 45262100 - Scaffolding work

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ2 - Surrey, East and West Sussex
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
  • UKJ - South East (England)
  • UKH3 - Essex
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH1 - East Anglia
  • UKH - East of England

two.2.4) Description of the procurement

Lot 1d will cover Decarbonisation Construction works up to £5m in South and East England.

Work under this lot could include Solar PV and Battery, Heat Pumps, Electric Heaters, Heat and Hot Water Controller, Mechanical Extract, Solid Floor Insulation, Low Energy, Lighting, Internal Wall Insulation, Suspended Floor Insulation, Loft Insulation, Cavity Wall Insulation, Pitched Roof Insulation, Flat Roof Insulation, Windows, Front Doors, Hydrogen Boilers, Gas Boilers, Biomass, Combined Heating and Power and External Wall Insulation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £140,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The framework includes an option to extend for a further 3 years beyond the initial 4 year term to align with the Government target of 2030 for retrofit and decarbonisation work.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Construction Works (up to £5m) London

Lot No

1e

two.2.2) Additional CPV code(s)

  • 51000000 - Installation services (except software)
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 09331000 - Solar panels
  • 09332000 - Solar installation
  • 42511110 - Heat pumps
  • 44621110 - Central-heating radiators
  • 45232141 - Heating works
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45331100 - Central-heating installation work
  • 45311100 - Electrical wiring work
  • 42943210 - Immersion thermostats
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45331200 - Ventilation and air-conditioning installation work
  • 45331210 - Ventilation installation work
  • 44112600 - Sound insulation
  • 45261410 - Roof insulation work
  • 45321000 - Thermal insulation work
  • 45323000 - Sound insulation work
  • 45421100 - Installation of doors and windows and related components
  • 45421110 - Installation of door and window frames
  • 45421112 - Installation of window frames
  • 45421130 - Installation of doors and windows
  • 45421132 - Installation of windows
  • 42515000 - District heating boiler
  • 44621000 - Radiators and boilers
  • 44621200 - Boilers
  • 44621210 - Water boilers
  • 44621220 - Central-heating boilers
  • 45331110 - Boiler installation work
  • 45262100 - Scaffolding work

two.2.3) Place of performance

NUTS codes
  • UKI7 - Outer London – West and North West
  • UKI6 - Outer London – South
  • UKI5 - Outer London – East and North East
  • UKI4 - Inner London – East
  • UKI3 - Inner London – West
  • UKI - London

two.2.4) Description of the procurement

Lot 1e will cover Decarbonisation Construction works up to £5m in London.

Work under this Lot could include Solar PV and Battery, Heat Pumps, Electric Heaters, Heat and Hot Water Controller, Mechanical Extract, Solid Floor Insulation, Low Energy, Lighting, Internal Wall Insulation, Suspended Floor Insulation, Loft Insulation, Cavity Wall Insulation, Pitched Roof Insulation, Flat Roof Insulation, Windows, Front Doors, Hydrogen Boilers, Gas Boilers, Biomass, Combined Heating and Power and External Wall Insulation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £112,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The framework includes an option to extend for a further 3 years beyond the initial 4 year term to align with the Government target of 2030 for retrofit and decarbonisation work.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Construction Works (over £2m) North England and North Wales

Lot No

2a

two.2.2) Additional CPV code(s)

  • 51000000 - Installation services (except software)
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 09331000 - Solar panels
  • 09332000 - Solar installation
  • 42511110 - Heat pumps
  • 44621110 - Central-heating radiators
  • 45232141 - Heating works
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45331100 - Central-heating installation work
  • 45311100 - Electrical wiring work
  • 42943210 - Immersion thermostats
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45331200 - Ventilation and air-conditioning installation work
  • 45331210 - Ventilation installation work
  • 44112600 - Sound insulation
  • 45261410 - Roof insulation work
  • 45321000 - Thermal insulation work
  • 45323000 - Sound insulation work
  • 45421100 - Installation of doors and windows and related components
  • 45421110 - Installation of door and window frames
  • 45421112 - Installation of window frames
  • 45421130 - Installation of doors and windows
  • 45421132 - Installation of windows
  • 42515000 - District heating boiler
  • 44621000 - Radiators and boilers
  • 44621200 - Boilers
  • 44621210 - Water boilers
  • 44621220 - Central-heating boilers
  • 45331110 - Boiler installation work
  • 45262100 - Scaffolding work

two.2.3) Place of performance

NUTS codes
  • UKL23 - Flintshire and Wrexham
  • UKL13 - Conwy and Denbighshire
  • UKL12 - Gwynedd
  • UKL11 - Isle of Anglesey
  • UKE4 - West Yorkshire
  • UKE3 - South Yorkshire
  • UKE2 - North Yorkshire
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE - Yorkshire and the Humber
  • UKD7 - Merseyside
  • UKD6 - Cheshire
  • UKD4 - Lancashire
  • UKD3 - Greater Manchester
  • UKD1 - Cumbria
  • UKD - North West (England)
  • UKC2 - Northumberland and Tyne and Wear
  • UKC1 - Tees Valley and Durham
  • UKC - North East (England)

two.2.4) Description of the procurement

Lot 2a will cover Decarbonisation Construction works over £2m in North England and North Wales.

Work under this lot could include Solar PV and Battery, Heat Pumps, Electric Heaters, Heat and Hot Water Controller, Mechanical Extract, Solid Floor Insulation, Low Energy, Lighting, Internal Wall Insulation, Suspended Floor Insulation, Loft Insulation, Cavity Wall Insulation, Pitched Roof Insulation, Flat Roof Insulation, Windows, Front Doors, Hydrogen Boilers, Gas Boilers, Biomass, Combined Heating and Power and External Wall Insulation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £210,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The framework includes an option to extend for a further 3 years beyond the initial 4 year term to align with the Government target of 2030 for retrofit and decarbonisation work.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Construction Works (over £2m) Midlands and Mid Wales

Lot No

2b

two.2.2) Additional CPV code(s)

  • 51000000 - Installation services (except software)
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 09331000 - Solar panels
  • 09332000 - Solar installation
  • 42511110 - Heat pumps
  • 44621110 - Central-heating radiators
  • 45232141 - Heating works
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45331100 - Central-heating installation work
  • 45311100 - Electrical wiring work
  • 42943210 - Immersion thermostats
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45331200 - Ventilation and air-conditioning installation work
  • 45331210 - Ventilation installation work
  • 44112600 - Sound insulation
  • 45261410 - Roof insulation work
  • 45321000 - Thermal insulation work
  • 45323000 - Sound insulation work
  • 45421100 - Installation of doors and windows and related components
  • 45421110 - Installation of door and window frames
  • 45421112 - Installation of window frames
  • 45421130 - Installation of doors and windows
  • 45421132 - Installation of windows
  • 42515000 - District heating boiler
  • 44621000 - Radiators and boilers
  • 44621200 - Boilers
  • 44621210 - Water boilers
  • 44621220 - Central-heating boilers
  • 45331110 - Boiler installation work
  • 45262100 - Scaffolding work

two.2.3) Place of performance

NUTS codes
  • UKL24 - Powys
  • UKL15 - Central Valleys
  • UKG3 - West Midlands
  • UKG2 - Shropshire and Staffordshire
  • UKG1 - Herefordshire, Worcestershire and Warwickshire
  • UKG - West Midlands (England)
  • UKF3 - Lincolnshire
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKF1 - Derbyshire and Nottinghamshire
  • UKF - East Midlands (England)

two.2.4) Description of the procurement

Lot 2b will cover Decarbonisation Construction works over £2m in Midlands and Central Wales.

Work under this lot could include Solar PV and Battery, Heat Pumps, Electric Heaters, Heat and Hot Water Controller, Mechanical Extract, Solid Floor Insulation, Low Energy, Lighting, Internal Wall Insulation, Suspended Floor Insulation, Loft Insulation, Cavity Wall Insulation, Pitched Roof Insulation, Flat Roof Insulation, Windows, Front Doors, Hydrogen Boilers, Gas Boilers, Biomass, Combined Heating and Power and External Wall Insulation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £140,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The framework includes an option to extend for a further 3 years beyond the initial 4 year term to align with the Government target of 2030 for retrofit and decarbonisation work.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Construction Works (over £2m) South West England and South Wales

Lot No

2c

two.2.2) Additional CPV code(s)

  • 51000000 - Installation services (except software)
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 09331000 - Solar panels
  • 09332000 - Solar installation
  • 42511110 - Heat pumps
  • 44621110 - Central-heating radiators
  • 45232141 - Heating works
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45331100 - Central-heating installation work
  • 45311100 - Electrical wiring work
  • 42943210 - Immersion thermostats
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45331200 - Ventilation and air-conditioning installation work
  • 45331210 - Ventilation installation work
  • 44112600 - Sound insulation
  • 45261410 - Roof insulation work
  • 45321000 - Thermal insulation work
  • 45323000 - Sound insulation work
  • 45421100 - Installation of doors and windows and related components
  • 45421110 - Installation of door and window frames
  • 45421112 - Installation of window frames
  • 45421130 - Installation of doors and windows
  • 45421132 - Installation of windows
  • 42515000 - District heating boiler
  • 44621000 - Radiators and boilers
  • 44621200 - Boilers
  • 44621210 - Water boilers
  • 44621220 - Central-heating boilers
  • 45331110 - Boiler installation work
  • 45262100 - Scaffolding work

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan
  • UKL21 - Monmouthshire and Newport
  • UKL18 - Swansea
  • UKL17 - Bridgend and Neath Port Talbot
  • UKL16 - Gwent Valleys
  • UKL14 - South West Wales
  • UKK4 - Devon
  • UKK3 - Cornwall and Isles of Scilly
  • UKK2 - Dorset and Somerset
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
  • UKK - South West (England)

two.2.4) Description of the procurement

Lot 2c will cover Decarbonisation Construction works over £2m in South West England and South Wales.

Work under this lot could include Solar PV and Battery, Heat Pumps, Electric Heaters, Heat and Hot Water Controller, Mechanical Extract, Solid Floor Insulation, Low Energy, Lighting, Internal Wall Insulation, Suspended Floor Insulation, Loft Insulation, Cavity Wall Insulation, Pitched Roof Insulation, Flat Roof Insulation, Windows, Front Doors, Hydrogen Boilers, Gas Boilers, Biomass, Combined Heating and Power and External Wall Insulation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £84,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The framework includes an option to extend for a further 3 years beyond the initial 4 year term to align with the Government target of 2030 for retrofit and decarbonisation work.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Construction Works (over £2m) South and East England

Lot No

2d

two.2.2) Additional CPV code(s)

  • 51000000 - Installation services (except software)
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 09331000 - Solar panels
  • 09332000 - Solar installation
  • 42511110 - Heat pumps
  • 44621110 - Central-heating radiators
  • 45232141 - Heating works
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45331100 - Central-heating installation work
  • 45311100 - Electrical wiring work
  • 42943210 - Immersion thermostats
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45331200 - Ventilation and air-conditioning installation work
  • 45331210 - Ventilation installation work
  • 44112600 - Sound insulation
  • 45261410 - Roof insulation work
  • 45321000 - Thermal insulation work
  • 45323000 - Sound insulation work
  • 45421100 - Installation of doors and windows and related components
  • 45421110 - Installation of door and window frames
  • 45421112 - Installation of window frames
  • 45421130 - Installation of doors and windows
  • 45421132 - Installation of windows
  • 42515000 - District heating boiler
  • 44621000 - Radiators and boilers
  • 44621200 - Boilers
  • 44621210 - Water boilers
  • 44621220 - Central-heating boilers
  • 45331110 - Boiler installation work
  • 45262100 - Scaffolding work

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ2 - Surrey, East and West Sussex
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
  • UKH3 - Essex
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH1 - East Anglia
  • UKH - East of England

two.2.4) Description of the procurement

Lot 2d will cover Decarbonisation Construction works over £2m in South and East England.

Work under this lot could include Solar PV and Battery, Heat Pumps, Electric Heaters, Heat and Hot Water Controller, Mechanical Extract, Solid Floor Insulation, Low Energy, Lighting, Internal Wall Insulation, Suspended Floor Insulation, Loft Insulation, Cavity Wall Insulation, Pitched Roof Insulation, Flat Roof Insulation, Windows, Front Doors, Hydrogen Boilers, Gas Boilers, Biomass, Combined Heating and Power and External Wall Insulation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £280,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The framework includes an option to extend for a further 3 years beyond the initial 4 year term to align with the Government target of 2030 for retrofit and decarbonisation work.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Construction Works (over £2m) London

Lot No

2e

two.2.2) Additional CPV code(s)

  • 51000000 - Installation services (except software)
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 09331000 - Solar panels
  • 09332000 - Solar installation
  • 42511110 - Heat pumps
  • 44621110 - Central-heating radiators
  • 45232141 - Heating works
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45331100 - Central-heating installation work
  • 45311100 - Electrical wiring work
  • 42943210 - Immersion thermostats
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45331200 - Ventilation and air-conditioning installation work
  • 45331210 - Ventilation installation work
  • 44112600 - Sound insulation
  • 45261410 - Roof insulation work
  • 45321000 - Thermal insulation work
  • 45323000 - Sound insulation work
  • 45421100 - Installation of doors and windows and related components
  • 45421110 - Installation of door and window frames
  • 45421112 - Installation of window frames
  • 45421130 - Installation of doors and windows
  • 45421132 - Installation of windows
  • 42515000 - District heating boiler
  • 44621000 - Radiators and boilers
  • 44621200 - Boilers
  • 44621210 - Water boilers
  • 44621220 - Central-heating boilers
  • 45331110 - Boiler installation work
  • 45262100 - Scaffolding work

two.2.3) Place of performance

NUTS codes
  • UKI7 - Outer London – West and North West
  • UKI6 - Outer London – South
  • UKI5 - Outer London – East and North East
  • UKI4 - Inner London – East
  • UKI3 - Inner London – West
  • UKI - London

two.2.4) Description of the procurement

Lot 2e will cover Decarbonisation Construction works over £2m in London.

Work under this lot could include Solar PV and Battery, Heat Pumps, Electric Heaters, Heat and Hot Water Controller, Mechanical Extract, Solid Floor Insulation, Low Energy, Lighting, Internal Wall Insulation, Suspended Floor Insulation, Loft Insulation, Cavity Wall Insulation, Pitched Roof Insulation, Flat Roof Insulation, Windows, Front Doors, Hydrogen Boilers, Gas Boilers, Biomass, Combined Heating and Power and External Wall Insulation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £224,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The framework includes an option to extend for a further 3 years beyond the initial 4 year term to align with the Government target of 2030 for retrofit and decarbonisation work.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Consultancy Work - North England and North Wales

Lot No

3a

two.2.2) Additional CPV code(s)

  • 71314300 - Energy-efficiency consultancy services
  • 71315200 - Building consultancy services
  • 71321400 - Ventilation consultancy services
  • 71321200 - Heating-system design services

two.2.3) Place of performance

NUTS codes
  • UKL23 - Flintshire and Wrexham
  • UKL13 - Conwy and Denbighshire
  • UKL12 - Gwynedd
  • UKL11 - Isle of Anglesey
  • UKD7 - Merseyside
  • UKD6 - Cheshire
  • UKD4 - Lancashire
  • UKD3 - Greater Manchester
  • UKD1 - Cumbria
  • UKD - North West (England)
  • UKC2 - Northumberland and Tyne and Wear
  • UKC1 - Tees Valley and Durham
  • UKC - North East (England)

two.2.4) Description of the procurement

Lot 3a will cover Decarbonisation Consultancy work in North England and North Wales.

Work under this lot could include provision of Managed Services including Retrofit lead generation and management to deliver eligible Customer referrals, Programme management to deliver eligible installations, Retrofit Advice, Assessment and Coordination Pre-Works, Retrofit Coordination and Evaluation, Deliver air permeability test to a dwelling, Deliver damp survey to a dwelling, Deliver thermographic image survey to a dwelling, Deliver EPR, Air Tightness Test and could also include the provision of interim support in some roles including Retrofit Coordinator, Retrofit Advisor, Retrofit Assessor, Retrofit Designer, Retrofit Evaluator, Project Administrator

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £16,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The framework includes an option to extend for a further 3 years beyond the initial 4 year term to align with the Government target of 2030 for retrofit and decarbonisation work.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Consultancy Work - Midlands and Mid Wales

Lot No

3b

two.2.2) Additional CPV code(s)

  • 71314300 - Energy-efficiency consultancy services
  • 71315200 - Building consultancy services
  • 71321200 - Heating-system design services
  • 71321400 - Ventilation consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL24 - Powys
  • UKL15 - Central Valleys
  • UKG3 - West Midlands
  • UKG2 - Shropshire and Staffordshire
  • UKG1 - Herefordshire, Worcestershire and Warwickshire
  • UKF3 - Lincolnshire
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKF1 - Derbyshire and Nottinghamshire

two.2.4) Description of the procurement

Lot 3b will cover Decarbonisation Consultancy work in Midlands and Central Wales.

Work under this lot could include provision of Managed Services including Retrofit lead generation and management to deliver eligible Customer referrals, Programme management to deliver eligible installations, Retrofit Advice, Assessment and Coordination Pre-Works, Retrofit Coordination and Evaluation, Deliver air permeability test to a dwelling, Deliver damp survey to a dwelling, Deliver thermographic image survey to a dwelling, Deliver EPR, Air Tightness Test and could also include the provision of interim support in some roles including Retrofit Coordinator, Retrofit Advisor, Retrofit Assessor, Retrofit Designer, Retrofit Evaluator, Project Administrator

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The framework includes an option to extend for a further 3 years beyond the initial 4 year term to align with the Government target of 2030 for retrofit and decarbonisation work.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Consultancy Work - South West England and South Wales

Lot No

3c

two.2.2) Additional CPV code(s)

  • 71314300 - Energy-efficiency consultancy services
  • 71315200 - Building consultancy services
  • 71321200 - Heating-system design services
  • 71321400 - Ventilation consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan
  • UKL21 - Monmouthshire and Newport
  • UKL18 - Swansea
  • UKL17 - Bridgend and Neath Port Talbot
  • UKL16 - Gwent Valleys
  • UKL14 - South West Wales
  • UKJ4 - Kent
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ2 - Surrey, East and West Sussex
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
  • UKJ - South East (England)

two.2.4) Description of the procurement

Lot 3c will cover Decarbonisation Consultancy work in South West England and South Wales.

Work under this lot could include provision of Managed Services including Retrofit lead generation and management to deliver eligible Customer referrals, Programme management to deliver eligible installations, Retrofit Advice, Assessment and Coordination Pre-Works, Retrofit Coordination and Evaluation, Deliver air permeability test to a dwelling, Deliver damp survey to a dwelling, Deliver thermographic image survey to a dwelling, Deliver EPR, Air Tightness Test and could also include the provision of interim support in some roles including Retrofit Coordinator, Retrofit Advisor, Retrofit Assessor, Retrofit Designer, Retrofit Evaluator, Project Administrator

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £6,300,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The framework includes an option to extend for a further 3 years beyond the initial 4 year term to align with the Government target of 2030 for retrofit and decarbonisation work.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Consultancy Work - South and East England

Lot No

3d

two.2.2) Additional CPV code(s)

  • 71314300 - Energy-efficiency consultancy services
  • 71315200 - Building consultancy services
  • 71321200 - Heating-system design services
  • 71321400 - Ventilation consultancy services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ2 - Surrey, East and West Sussex
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
  • UKJ - South East (England)
  • UKH3 - Essex
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH1 - East Anglia
  • UKH - East of England

two.2.4) Description of the procurement

Lot 3d will cover Decarbonisation Consultancy work in South and East England.

Work under this lot could include provision of Managed Services including Retrofit lead generation and management to deliver eligible Customer referrals, Programme management to deliver eligible installations, Retrofit Advice, Assessment and Coordination Pre-Works, Retrofit Coordination and Evaluation, Deliver air permeability test to a dwelling, Deliver damp survey to a dwelling, Deliver thermographic image survey to a dwelling, Deliver EPR, Air Tightness Test and could also include the provision of interim support in some roles including Retrofit Coordinator, Retrofit Advisor, Retrofit Assessor, Retrofit Designer, Retrofit Evaluator, Project Administrator

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £21,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The framework includes an option to extend for a further 3 years beyond the initial 4 year term to align with the Government target of 2030 for retrofit and decarbonisation work.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Consultancy Work - London

Lot No

3e

two.2.2) Additional CPV code(s)

  • 71314300 - Energy-efficiency consultancy services
  • 71315200 - Building consultancy services
  • 71321200 - Heating-system design services
  • 71321400 - Ventilation consultancy services

two.2.3) Place of performance

NUTS codes
  • UKI7 - Outer London – West and North West
  • UKI6 - Outer London – South
  • UKI5 - Outer London – East and North East
  • UKI4 - Inner London – East
  • UKI3 - Inner London – West
  • UKI - London

two.2.4) Description of the procurement

Lot 3e will cover Decarbonisation Consultancy work in North England and North Wales.

Work under this lot could include provision of Managed Services including Retrofit lead generation and management to deliver eligible Customer referrals, Programme management to deliver eligible installations, Retrofit Advice, Assessment and Coordination Pre-Works, Retrofit Coordination and Evaluation, Deliver air permeability test to a dwelling, Deliver damp survey to a dwelling, Deliver thermographic image survey to a dwelling, Deliver EPR, Air Tightness Test and could also include the provision of interim support in some roles including Retrofit Coordinator, Retrofit Advisor, Retrofit Assessor, Retrofit Designer, Retrofit Evaluator, Project Administrator

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £16,800,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The framework includes an option to extend for a further 3 years beyond the initial 4 year term to align with the Government target of 2030 for retrofit and decarbonisation work.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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: 120

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The framework includes an option to extend for a further 3 years beyond the initial 4 year term to align with the Government target of 2030 for retrofit and decarbonisation work.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

28 February 2023

Local time

12:00pm

Changed to:

Date

3 March 2023

Local time

5:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

28 February 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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.

There is an intentionally large overlap between the band values for Lot 1a-e and Lot 2a-e. Where works to be carried out under the call off contract are estimated to have a value that falls in the overlap value between Lots 1a-e and 2a-e, the GFP member/Authorised User awarding the contract shall, at its complete discretion, be entitled to:

(i) award the contract by direct selection under the Framework Lot of it's choosing, in accordance with the provisions of the Framework

(ii) award the contract via a mini-competition under the Framework Lot of its choosing; or

(iii) award the contract via a mini-competition between all of the Framework suppliers appointed to the Framework Lots in question that are capable of carrying out the particular contract.

Where there is insufficient interest for a particular Call Off Contract under Lots 1a-e or 2a-e, the GFP Members/Authorised User may seek expressions of interest from the Framework Suppliers appointed to the corresponding regional Framework Lot. E.g., if the GFP Member/Authorised User wishes to award a contract under Lot 1a but considers there is insufficient interest for the contract from the suppliers appointed to that Lot it may seek expressions of interest from the suppliers appointed to Lot 2a. Whether there is "insufficient interest" for a contract will be determined by the GFP Member/Authorised User making the award, having regard to the requirements of it's own financial regulations and standing orders, and any other relevant matters.

It is intended that a Dynamic Purchasing System (DPS) will be procured at a later date to compliment the Framework and provide access to emerging technology.

The framework is to operate across England and Wales and will be open to the following organisations to access via an Access Agreement between the supplier, Abri and Pretium Frameworks Ltd, who GFP has appointed to administer the framework on its behalf.

In addition to the GFP members, the following "Authorised Users" will be entitled to use this framework:

(i) any entity within the same group of companies as a GFP Member from time to time;

(ii) any Social Housing Provider in the United Kingdom from time to time (including Registered Providers, local authorities and Arm’s Length Management Organisations) A list of the current registered providers of social housing can be found here: https://www.gov.uk/government/publications/registered-providers-of-social-housing/list-of-registered-providers-14-april-2022-accessible-version ;

(iii) any other “contracting authority” in the UK as defined in the Public Contracts Regulations 2015; and

(iv) any supply chain member of a GFP member or of any of the above organisations.

Note that the estimated values given in this Notice are estimates only. Actual values may vary depending on how many organisations decide to access and call off contracts under the Framework.

The Contracting Authority reserves the right to cancel the procurement and not to proceed with all or any part of the Framework Agreement. The Contracting Authority will not, under any circumstances, reimburse any expense incurred by suppliers in participating in this procurement exercise or in preparing their tender submissions.

With reference to Lots 1a-e and Lots 2a-e, Bidders can only bid for a specific region under Lot 1 or Lot 2, but not both (i.e. you can not bid for Lot 1a and Lot 2a, only 1a or 2a)

Therefore, the maximum number of bids that could be submitted by any one Bidder for Lots 1 and 2 is five, and the maximum number of bids that would be awarded to any one Bidder is five.

This is further explained in the procurement documents, specifically the Lot Bidding Form section 1.1

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will observe a 10-day stand still period following the award to the framework and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended)

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom