Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Dyfarnu Contract

GLA 82559 Zero Carbon Accelerator (ZCA) Single Supplier Framework Agreement

  • Cyhoeddwyd gyntaf: 18 Mehefin 2024
  • Wedi'i addasu ddiwethaf: 18 Mehefin 2024
  • Cofnodi Diddordeb

     

  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-03f5ab
Cyhoeddwyd gan:
Greater London Authority (GLA)
ID Awudurdod:
AA72634
Dyddiad cyhoeddi:
18 Mehefin 2024
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

Hysbysiad dyfarnu contract

Canlyniadau'r weithdrefn gaffael

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Greater London Authority (GLA)

City Hall, Kamal Chunchie Way

LONDON

E16 1ZE

UK

Person cyswllt: Claudia Newman

Ffôn: +44 2030540751

E-bost: claudianewman.cpt@tfl.gov.uk

NUTS: UKI

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: www.tfl.gov.uk

Cyfeiriad proffil y prynwr: https://www.london.gov.uk/

I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

GLA 82559 Zero Carbon Accelerator (ZCA) Single Supplier Framework Agreement

Cyfeirnod: GLA 82559

II.1.2) Prif god CPV

71000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

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) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.1.7) Cyfanswm gwerth y caffaeliad

Cynnig isaf: .01 GBP / Y cynnig uchaf: 150 000 000.00 GBP

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

71310000

79410000

II.2.3) Man cyflawni

Cod NUTS:

UKI


Prif safle neu fan cyflawni:

Greater London

II.2.4) Disgrifiad o’r caffaeliad

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) Meini prawf dyfarnu

Maes prawf ansawdd: Technical / Pwysoliad: 60

Maes prawf ansawdd: Social Value / Pwysoliad: 10

Price / Pwysoliad:  30

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Na

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2024/S 000-001661

Section V: Dyfarnu contract

Rhif Contract: GLA 82559

Teitl: Zero Carbon Accelerator (ZCA) Single Supplier Framework Agreement

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

11/06/2024

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 5

Nifer y tendrau a ddaeth i law gan BBaChau: 0

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 5

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Mott MacDonald Limited

01243967

Mott Macdonald House, 8-10 Sydenham Road, Croydon, Surrey

London

CR0 2EE

UK

NUTS: UKI

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cynnig isaf: .01 GBP / Y cynnig uchaf: 150 000 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Mae’n debygol y caiff y contract ei is-gontractio

Disgrifiad byr o’r rhan o’r contract i’w his-gontractio:

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: Gwybodaeth ategol

VI.3) Gwybodaeth ychwanegol

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) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Transport for London (TfL)

5 Endeavour Square, Stratford

London

E20 1JN

UK

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

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) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu

Transport for London (TfL)

5 Endeavour Square, Stratford

London

E20 1JN

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

17/06/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
71000000 Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio Adeiladu ac Eiddo Tiriog
79410000 Gwasanaethau ymgynghori ar fusnes a rheoli Gwasanaethau ymgynghori ar fusnes a rheoli a gwasanaethau cysylltiedig
71310000 Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu Gwasanaethau peirianneg

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
claudianewman.cpt@tfl.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.