Construction Contract Leads
London
Category Services
Type Contract
No. of Lots 1
Status Complete
Published 17th Jun 2024
Reference | ocds-h6vhtk-03f5ab |
Common Procurement Vocabulary | Architectural, construction, engineering and inspection services |
Procurement Method | Open procedure |
Value | - |
London
Category Services
Type Contract
No. of Lots 1
Status Complete
Published 17th Jun 2024
Reference | ocds-h6vhtk-03f5ab |
Common Procurement Vocabulary | Architectural, construction, engineering and inspection services |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
Greater London Authority (GLA)
City Hall, Kamal Chunchie Way
LONDON
E16 1ZE
Contact
Claudia Newman
claudianewman.cpt [at] tfl.gov.uk
Telephone
+44 2030540751
Country
United Kingdom
NUTS code
UKI - London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
GLA 82559 Zero Carbon Accelerator (ZCA) Single Supplier Framework Agreement
Reference number
GLA 82559
II.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
II.1.3) Type of contract
Services
II.1.4) Short description
The Greater London Authority (GLA) has awarded a four-year single-supplier Framework Agreement for the delivery of Zero Carbon Accelerator services to Mott MacDonald Limited, the Service Provider.
The Framework Agreement period is four (4) years from 11th June 2024 to 10th June 2028.
The awarded Service Provider's bidding model was as a single supplier with fourteen (14) specialist sub-contractors. Out of fourteen sub-contracts a total of eight (8) classify themselves as SMEs which will help the delivery of wider social value benefits whilst meeting the GLA's aim to ensure a proportion of contracts value will go to SMEs.
This four-year single-supplier Framework Agreement was set up to accelerate London's decarbonisation activities. This new support service, currently with the working title of 'Zero Carbon Accelerator (ZCA)', will be central to the GLA's aim to collaborate with organisations to help them achieve net zero carbon emissions by 2030.
Please note that the information under II.1.7) Total value of the procurement (excluding VAT) and V.2.4) Information on value of contract/lot (excluding VAT) should be interpreted as follows:
"Lowest offer: £0.01": This is a standard/nominal nil value Framework Agreement which doesn't guarantee any volume of services or any value.
"Highest offer: £150,000,000 taken into consideration": This means that the estimated maximum cumulative value of all Call Off Contracts awarded under this Framework Agreement may increase up to a maximum of £150,000,000 through direct awards by the GLA and all other Framework Users/User Bodies.
Whilst Framework Agreements do not guarantee any volume of services or any value, following the award of this Framework Agreement, the GLA has also awarded an initial two-year Call-Off Contract. This is a time-based Call Off Contract with an estimated value of up to £9,000,000 over the two-year period.
The Framework Agreement will provide high standard technical low carbon consultancy services covering a range of disciplines, including: programme co-ordination; marketing / engagement approach; strategic net zero planners; delivery project management; general technical support; technical experts in a range of areas including solar, local energy planning, domestic and non-domestic property analysis, low carbon heating, and building systems; public procurement; training / skills development; financial (general, not advice); funding / grant applications; knowledge management methods; grant management.
This is a collaborative Framework Agreement open for the use of the Greater London Authority (GLA), ("the Contracting Authority"), the Greater London Authority Group and Transport for London Group and any of their functional bodies as well as other Authorities ("Framework Users"/"User Bodies") in the United Kingdom. The full list is provided under the Section VI. Complementary information VI.3) Additional information.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £0.01 / Highest offer: £150,000,000 taken into consideration
II.2) Description
II.2.2) Additional CPV code(s)
- 71310000 - Consultative engineering and construction services
- 79410000 - Business and management consultancy services
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
Greater London
II.2.4) Description of the procurement
The procurement process was conducted in compliance with the Open Procedure pursuant to regulation 27 of the Public Contracts Regulations as amended ("PCR 2015").
The procurement process was managed by Transport for London (TfL) on behalf of the Greater London Authority (GLA), the "Contracting Authority".
The award of the Framework Agreement was based on the Most Economically Advantageous Tender (MEAT) in terms of Quality/Technical 60%, Social Value 10% and Commercial/Price 30%.
The procurement process was carried out electronically via TfL's e-Tendering portal https://service.ariba.com/Supplier.aw.
II.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 30
II.2.11) Information about options
Options: No
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-001661
Section V. Award of contract
Contract No
GLA 82559
Title
Zero Carbon Accelerator (ZCA) Single Supplier Framework Agreement
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract
11 June 2024
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 0
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
V.2.3) Name and address of the contractor
Mott MacDonald Limited
Mott Macdonald House, 8-10 Sydenham Road, Croydon, Surrey
London
CR0 2EE
Country
United Kingdom
NUTS code
- UKI - London
Companies House
01243967
The contractor is an SME
No
V.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £0.01 / Highest offer: £150,000,000 taken into consideration
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted
Service Provider's List of Sub-contractors/Sub-consultancies:
EVS Insight Ltd (07503579)
Environmental Resources Management Ltd (01014622)
Zerogram Limited (14369257)
Retrofit Academy Solutions Ltd (09956096)
Integrated Environmental Solutions Limited (SC151456)
Mabbett & Associates Limited (SC163378)
COWI UK Limited (2962837)
Energy Saving Trust Enterprises Limited (07805748)
Ambue LTD (12672584)
Pollard Thomas Edwards (OC395916)
ACA Studios (04333989)
Pascall+Watson Limited (1711056)
ClimateView AB (559150-4120)
Energiesprong UK Limited (09649603)
Section VI. Complementary information
VI.3) Additional information
This awarded Framework Agreement is for the use of the Greater London Authority (GLA), ("the Contracting Authority"), the Greater London Authority Group and Transport for London Group and any of their functional bodies as well as other Authorities ("Framework Users"/"User Bodies") in the United Kingdom and which fall into one or more of the following categories:
1. Any of the following organisations, and any of their successors:
(a) Ministerial government departments;
(b) Non ministerial government departments;
(c) Executive agencies of government and other subsidiary bodies
(d) Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs;
(e) All non-Crown Status Government Companies wholly or partly owned by Central Government Departments and their subsidiaries. Assembly Sponsored Public Bodies (ASPBs);
(f) Police forces;
(g) Fire and rescue services;
(h) Ambulance services;
(i) Maritime and coastguard agency services;
(j) NHS bodies;
(k) Educational bodies or establishments including state schools (nursery schools, primary schools, middle or high schools, secondary schools, special schools), academies, colleges, Pupil Referral Unit (PRU), further education colleges and universities;
(l) Hospices;
(m) National Parks;
(n) Housing associations, including registered social landlords;
(o) Third sector and charities;
(p) Citizens advice bodies;
(q) Councils, including county councils, district councils, county borough councils, community councils, London borough councils, unitary councils, metropolitan councils, parish councils;
(r) Other Public Bodies and Public corporations and their subsidiary bodies sponsored by Central Government Departments which are not covered by named categories in this Authorised Customer list;
(s) Public financial bodies or institutions;
(t) Public pension funds;
(u) Central banks; and
(v) Civil service bodies, including public sector buying organisations.
(w) Community and Cultural Institutions
All new bodies created which fall within the criteria of this 1) Authorised Customer list
2. Those listed and maintained by the Government on their website at
https://www.gov.uk/government/organisations or any replacement web-link.
3. Those listed and maintained by the Office of National Statistics (ONS) at
https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide or any replacement web-link.
4. Those set out in the definition of "Contracting Authority" in regulation 2(1) of the Public Contracts Regulations 2015 (PCR), namely:
(a) the State, regional or local authorities. This covers parliament, central government, regional government and local government;
(b) associations formed by one or more regional or local authorities;
(c) bodies governed by public law, as defined under regulation 2(1) of PCR, including any subsidiary and sponsoring department of such bodies. A body which operates in normal market conditions, aims to make a profit, and bears the losses resulting from the exercise of its activity shall not be considered as being a 'body governed by public law' since the needs in the general interest, that it has been set up to meet or been given the task of meeting, can be deemed to have an industrial or commercial character;
(d) associations formed by one or more bodies governed by public law, including any (applicable) joint venture or corporation; and
(e) central government authorities, as defined under regulation 2(1) of PCR, and listed in Schedule 1 PCR
VI.4) Procedures for review
VI.4.1) Review body
Transport for London (TfL)
5 Endeavour Square, Stratford
London
E20 1JN
Country
United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures:
TfL incorporated a standstill period from the point information on the award of the Framework Agreement was made to tenderers, commencing on 14/05/2024 and ending on 28/05/2024.
The standstill period provided time for tenderers to challenge the award decision before the Framework Agreement was entered into. This Notice provides full information on the award decision.
VI.4.4) Service from which information about the review procedure may be obtained
Transport for London (TfL)
5 Endeavour Square, Stratford
London
E20 1JN
Country
United Kingdom