Construction Tenders

Tue April 23 2024

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type Contract

No. of Lots 9

Status Complete

Published 24th Apr 2023

Tender Details
Referenceocds-h6vhtk-030509
Common Procurement VocabularyEnergy and related services
Procurement MethodOpen procedure
Value-
« Previous Page

United Kingdom

Category Services

Type Contract

No. of Lots 9

Status Complete

Published 24th Apr 2023

Tender Details
Referenceocds-h6vhtk-030509
Common Procurement VocabularyEnergy and related services
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Crown Commercial Service

The Capital Building, Old Hall Street

Liverpool

L3 9PP

Email

supplier [at] crowncommercial.gov.uk

Telephone

+44 3150103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Ministry or any other national or federal authority

I.5) Main activity

Other activity

Public Procurement


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Demand Management and Renewables

Reference number

RM6314

II.1.2) Main CPV code

  • 71314000 - Energy and related services

II.1.3) Type of contract

Services

II.1.4) Short description

This Demand Management and Renewables Framework Alliance Contract is complemented by a suite of other CCS commercial agreements for related supplies and services (e.g. estate professional services, project management and design services, facilities management, utilities and fuels, furniture etc.). This will collectively enable Additional Clients to effectively manage the full life cycle requirements of their built asset and associated strategies on the basis of whole life value considerations.

The Supplier Alliance Member may be required to consult and/or work with suppliers appointed to other CCS agreements. This will be further detailed in the specific Project Contract, to enable decisions to be informed on the basis of whole life value and to enable the coordination of full (or part) life-cycle requirements.

The scope of works and services required and the procurement route will be specified at the Project Contract stage.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £800,000,000

II.2) Description

II.2.1) Title

Solar Photovoltaic

Lot No

Lot 1.1 £0 to 1m Value Projects

II.2.2) Additional CPV code(s)

  • 09330000 - Solar energy
  • 09331000 - Solar panels
  • 09331100 - Solar collectors for heat production
  • 09331200 - Solar photovoltaic modules
  • 09332000 - Solar installation
  • 31712347 - Power or solar diodes
  • 45261215 - Solar panel roof-covering work
  • 45315000 - Electrical installation work of heating and other electrical building-equipment

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

A Supplier Alliance Member in Lot 1 under the Framework Contract shall provide access to expert solar photovoltaic services across multiple delivery stages, from design and feasibility to installation and aintenance and disposal. The Supplier Alliance Member shall provide solar pv services that support an Additional Clients decarbonisation strategy and energy reduction measures. Typical works and services within ground, roof mounted and large scale solar farm projects may include, but are not limited to;

● Data and testing including analysis of impact on electricity maximum load

across a Clients

estate;

● Connection to the grid and the relevant Distribution Network Operator (DNO);

● Inverter maintenance and further solar pv cleaning services;

● Site survey investigations and reports;

● Planning approval;

● Environmental disposal;

● Health and Safety advice;

● Business case development;

● On site risk assessments;

● Environmental assessments;

The Supplier Alliance Member shall provide all services in a safe and efficient way as determined by law and the required standards set out by the Additional Client within the Project Contract Supplier Alliance Members within this Lot will provide all of the following stages of works and services.

i) Design and Feasibility

The Supplier Alliance Member is required to provide technical support to public sector Organisations (Additional Clients) looking at solar photovoltaic projects to

support their Carbon Net Zero strategies. Additional Clients may require technical support for individual solar projects or wider scale solar pv across an

organisation's estate.

ii) Installation, maintenance, disposal

For installation and maintenance works a Supplier Alliance Member will be required to adhere, but not limited to, the following standards and accreditations;

• Microgeneration (MCS 001-1) standard personnel.

• NICEIC Approved Contractor

• Use of pyranometers for assessment (ISO/TR 9901:2021)

• Building Regulations Part A (Structural Safety) and Part P (Electrical Safety)

• British Standard 7671

The Supplier Alliance Member shall ensure any servicing and maintenance works are carried out using the appropriate machinery and technology in line with relevant industry standards relating to, but not limited to, the following:

• Metering checks;

• Pyranometer checks;

• Fault alarm;

• Data software maintenance;

• Cleaning of solar pv panels;

• Inverter checks;

Disposal:

Where appropriate, the Supplier Alliance Member shall ensure that any equipment from an incumbent contract or end of an existing contract are decommissioned and disposed in line with appropriate environmental standards.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / 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) Description

II.2.1) Title

Solar Photovoltaic

Lot No

Lot 1.2 £1m Plus value projects

II.2.2) Additional CPV code(s)

  • 09330000 - Solar energy
  • 09331000 - Solar panels
  • 09331100 - Solar collectors for heat production
  • 09331200 - Solar photovoltaic modules
  • 09332000 - Solar installation
  • 31712347 - Power or solar diodes
  • 45261215 - Solar panel roof-covering work
  • 45315000 - Electrical installation work of heating and other electrical building-equipment

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

A Supplier Alliance Member in Lot 1 under the Framework Contract shall provide access to expert solar photovoltaic services across multiple delivery stages, from design and feasibility to installation and maintenance and

disposal. The Supplier Alliance Member shall provide solar pv services that support an Additional Clients decarbonisation strategy and energy reduction measures. Typical works and services within ground, roof mounted and large scale solar farm projects may include, but are not limited to;

● Data and testing including analysis of impact on electricity maximum load

across a Clients estate;

● Connection to the grid and the relevant Distribution Network Operator

(DNO);

● Inverter maintenance and further solar pv cleaning services;

● Site survey investigations and reports;

● Planning approval;

● Environmental disposal;

● Health and Safety advice;

● Business case development;

● On site risk assessments;

● Environmental assessments;

The Supplier Alliance Member shall provide all services in a safe and efficient way as determined by law and the required standards set out by the Additional Client within the Project Contract Supplier Alliance Members within this Lot will provide all of the following stages of works and services.

i) Design and Feasibility

The Supplier Alliance Member is required to provide technical support to

public sector Organisations (Additional Clients) looking at solar photovoltaic

projects to support their Carbon Net Zero strategies. Additional Clients may

require technical

support for individual solar projects or wider scale solar pv across an

organisation's estate.

ii) Installation, maintenance, disposal

For installation and maintenance works a Supplier Alliance Member will be required to adhere, but not limited to, the following standards and accreditations;

• Microgeneration (MCS 001-1) standard personnel.

• NICEIC Approved Contractor

• Use of pyranometers for assessment (ISO/TR 9901:2021)

• Building Regulations Part A (Structural Safety) and Part P (Electrical Safety)

• British Standard 7671

The Supplier Alliance Member shall ensure any servicing and maintenance works are carried out using the appropriate machinery and technology in line with relevant industry standards relating to, but not limited to, the following:

• Metering checks;

• Pyranometer checks;

• Fault alarm;

• Data software maintenance;

• Cleaning of solar pv panels;

• Inverter checks;

Disposal:

Where appropriate, the Supplier Alliance Member shall ensure that any equipment from an incumbent contract or and of an existing contract are decommissioned and disposed in line with appropriate environmental

standards.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / 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) Description

II.2.1) Title

Battery Energy Storage

Lot No

Lot 2.1 £0 to 1m Value projects

II.2.2) Additional CPV code(s)

  • 31200000 - Electricity distribution and control apparatus
  • 31682000 - Electricity supplies
  • 39715100 - Electric instantaneous or storage water heaters and immersion heaters
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 51112000 - Installation services of electricity distribution and control equipment
  • 65300000 - Electricity distribution and related services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

A Supplier Alliance Member in Lot 2 under the Framework Contract shall provide access to expert battery energy storage across multiple delivery stages, from design and feasibility to installation and maintenance and disposal.

The Supplier Alliance Member shall provide battery and energy storage services that support an Additional Clients decarbonisation strategy and energy reduction measures. Typical works and services may include, but not limited to, the following;

● battery storage including capacitor services;

● thermal energy storage;

● hydrogen storage and hydropower; and

● connection to relevant distribution network operator (DNO)

connection to Additional Clients estate including any renewable assets and electrical vehicle charging points.

The Supplier Alliance Member shall provide battery energy storage products and services in line with relevant industry standards. This includes the provision of, but not limited to, the following;

● Compressed air energy storage;

● Mechanical gravity energy storage and;

● Flow batteries including heat storage.

Suppliers Alliance Members within this Lot will provide at least one of the following within the battery energy storage industry

i) Design and Feasibility

The Supplier Alliance Member is required to provide technical support to public sector Organisations (Additional Clients) investigating battery energy storage to support their Carbon Net Zero strategies and balancing of the national grid. Additional Clients may require technical support for individual battery storage projects or wider energy storage across an organisation’s estate ii) Installation, maintenance, disposal Installation:

For installation and maintenance works this will include but not limited to, the following standards and accreditations;

● Microgeneration (Battery Storage Standard (MIS 3012) accredited personnel;

● NICEIC Approved Contractor;

● Energy related product rating or future equivalent;

● Flow temperature checks in line with relevant, and future, Building Regulations;

● Heat loss calculation checks in line with relevant, and future, Building

Regulations;

● Building Regulations Part L and Part P; and

● British Standard 7671

The Supplier Alliance Member shall ensure that where civil engineering works apply, they are delivered in line with the relevant British Standards and industry standards.

Maintenance:

The Supplier Alliance Member shall ensure that the Additional Client is given twenty-eight (28) calendar days’ notice of any scheduled maintenance. The Supplier Alliance Member shall ensure all servicing and maintenance works are

carried out by appropriate qualified staff relevant to the product or service.

Disposal:

Where appropriate, the Supplier Alliance Member shall ensure that any equipment from an incumbent contract or end of an existing contract are decommissioned and disposed in line with appropriate environmental standards.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / 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) Description

II.2.1) Title

Battery Energy Storage

Lot No

Lot 2.2 £1m plus Value projects

II.2.2) Additional CPV code(s)

  • 31200000 - Electricity distribution and control apparatus
  • 31682000 - Electricity supplies
  • 39715100 - Electric instantaneous or storage water heaters and immersion heaters
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 51112000 - Installation services of electricity distribution and control equipment
  • 65300000 - Electricity distribution and related services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

A Supplier Alliance Member in Lot 2 under the Framework Contract shall provide access to expert battery energy storage across multiple delivery stages, from design and feasibility to installation and maintenance and disposal.

The Supplier Alliance Member shall provide battery and energy storage services that support an Additional Clients decarbonisation strategy and energy reduction measures. Typical works and services may include, but not limited to, the

following;

● battery storage including capacitor services;

● thermal energy storage;

● hydrogen storage and hydropower; and

● connection to relevant distribution network operator (DNO)

connection to Additional Clients estate including any renewable assets and electrical vehicle charging points. The Supplier Alliance Member shall provide battery energy storage products and services in line with relevant industry standards. This includes the provision of, but not limited to, the following;

● Compressed air energy storage;

● Mechanical gravity energy storage and;

● Flow batteries including heat storage.

Suppliers Alliance Members within this Lot will provide at least one of the following within the battery energy storage industry

i) Design and Feasibility

The Supplier Alliance Member is required to provide technical support to public sector Organisations (Additional Clients) investigating battery energy storage to support their Carbon Net Zero strategies and balancing of the national grid.

Additional Clients may require technical support for individual battery storage projects or wider energy storage across an organisation’s estate

ii) Installation, maintenance, disposal

Installation:

For installation and maintenance works this will include but not limited to, the following standards and accreditations;

● Microgeneration (Battery Storage Standard (MIS 3012) accredited personnel;

● NICEIC Approved Contractor;

● Energy related product rating or future equivalent;

● Flow temperature checks in line with relevant, and future, Building Regulations;

● Heat loss calculation checks in line with relevant, and future, Building

Regulations;

● Building Regulations Part L and Part P; and

● British Standard 7671

The Supplier Alliance Member shall ensure that where civil engineering works apply, they are delivered in line with the relevant British Standards and industry standards.

Maintenance:

The Supplier Alliance Member shall ensure that the Additional Client is given

twenty-eight (28) calendar days’ notice of any scheduled maintenance.

The Supplier Alliance Member shall ensure all servicing and maintenance works are

carried out by appropriate qualified staff relevant to the product or service.

Disposal:

Where appropriate, the Supplier Alliance Member shall ensure that any equipment from an incumbent contract or end of an existing contract are decommissioned and disposed in line with appropriate environmental standards.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / 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) Description

II.2.1) Title

Storage, Heat Pumps

Lot No

Lot 3.1 £0 to 1m Value Projects

II.2.2) Additional CPV code(s)

  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 42511110 - Heat pumps
  • 42533000 - Parts of heat pumps
  • 44622100 - Heat-recovery equipment
  • 45232000 - Ancillary works for pipelines and cables
  • 45232141 - Heating works
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 50721000 - Commissioning of heating installations
  • 71314000 - Energy and related services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The Supplier Alliance Member is required to provide technical support to public sector Organisations (Additional Clients) investigating how heat pumps can support their Carbon Net Zero strategies particularly their heat decarbonisation strategy. Additional Clients may require technical support for individual heat pump projects or wider heat pump projects across an organisation’s estate. The Supplier Alliance Member shall provide relevant design standards in accordance with

the heat pump industry standards. This experience is in accordance with the professional grade definitions set out by the Additional Client within the Project Contract as outlined in Section 7 (Resources) The Supplier Alliance Member shall provide heat pump services that support an Additional Clients decarbonisation strategy and energy reduction measures. Typical works and services may include, but not limited to,

● water source heat pumps;

● air source heat pumps;

● ground source heat pumps;

● geothermal;

● site survey investigations and reports;

● planning approval;

● environmental disposal;

● health and Safety advice;

● business case development;

● on site risk assessments including compressor unit checks;

● environmental assessments; and

● Establishing Shared ground loop systems

The Supplier Alliance Member shall provide suitably qualified personnel with the relevant experience to support the research and design requirements for each Project Contract. The Supplier Alliance Member will ensure it is aligned with the Government's Heat and Building strategy The Supplier Alliance Member shall be able to provide on site surveys and assessments where required. When requested by the Additional Client, the Supplier Alliance Member

shall provide a list of all staff requiring admission to Additional Clients premises or any specified third party premises, in advance of any on site surveys and assessments. The Supplier Alliance Member shall ensure any knowledge or data is shared accordingly with the Additional Clients staff in line with the Government Consultancy Playbook (May 2021)

ii) Installation, maintenance, disposal

For installation and maintenance works this will include but not limited to, the following standards and accreditations;

● Microgeneration (Heat Pump Standard) accredited personnel.

● ISO 27.080 and relevant sub stages such as 21978 and 13256

● Energy related product rating or future equivalent

● NICEIC Approved Contractor

● Gas Safety Registration

The Supplier Alliance Member shall ensure all of the staff, including subcontractors, concerned with the Client and Additional Client requirements are suitably trained and comply with all relevant health and safety legislation throughout the duration of the framework agreement and any contract awarded. When requested by the Additional Client, the Supplier Alliance member shall provide a list of all staff requiring admission to Additional Client’s premises or any specified third-party premises, in advance of the equipment delivery, installation or removal date. The Supplier Alliance Member shall ensure that where civil engineering works apply, they

are delivered in line with the relevant British Standards and industry standards.

Maintenance:

The Supplier Alliance Member shall provide a breakdown of relevant servicing and maintenance costs to the Additional Client where applicable. The Supplier Alliance Member shall ensure all servicing and maintenance works are carried out by appropriate qualified staff relevant to the product or service.

Disposal:

Where appropriate, the Supplier Alliance Member shall ensure that any equipment from an incumbent contract or end of an existing contract are decommissioned and disposed in line with appropriate environmental standards.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / 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) Description

II.2.1) Title

Storage, Heat Pumps

Lot No

Lot 3.2 £1m plus value projects

II.2.2) Additional CPV code(s)

  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 42511110 - Heat pumps
  • 42533000 - Parts of heat pumps
  • 44622100 - Heat-recovery equipment
  • 45232000 - Ancillary works for pipelines and cables
  • 45232141 - Heating works
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 50721000 - Commissioning of heating installations
  • 71314000 - Energy and related services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The Supplier Alliance Member is required to provide technical support to public sector Organisations (Additional Clients) investigating how heat pumps can support their Carbon Net Zero strategies particularly their heat decarbonisation strategy. Additional Clients may require technical support for individual heat pump projects or wider heat pump projects across an organisations estate. The Supplier Alliance Member shall provide relevant design standards in accordance with

the heat pump industry standards. This experience is in accordance with the professional grade definitions set out by the Additional Client within the Project Contract as outlined in Section 7 (Resources) The Supplier Alliance Member shall provide heat pump services that support an Additional Clients decarbonisation strategy and energy reduction measures. Typical works and services may include, but not limited to, ● water source heat pumps;

● air source heat pumps;

● ground source heat pumps;

● geothermal;

● site survey investigations and reports;

● planning approval;

● environmental disposal;

● health and Safety advice;

● business case development;

● on site risk assessments including compressor unit checks;

● environmental assessments; and

● Establishing Shared ground loop systems

The Supplier Alliance Member shall provide suitably qualified personnel with the relevant experience to support the research and design requirements for each Project Contract. The Supplier Alliance Member will ensure it is aligned with the Government's Heat and Building strategy The Supplier Alliance Member shall be able to provide on site surveys and assessments where required. When requested by the Additional Client, the Supplier Alliance Member shall provide a list of all staff requiring admission to Additional Clients premises or any specified third party premises, in advance of any on site surveys and assessments The Supplier Alliance Member shall ensure any knowledge or data is shared accordingly with the Additional Clients staff in line with the Government Consultancy Playbook (May 2021) ii) Installation, maintenance, disposal For installation and maintenance works this will include but not limited to,the following standards and accreditations;

● Microgeneration (Heat Pump Standard) accredited personnel.

● ISO 27.080 and relevant sub stages such as 21978 and 13256

● Energy related product rating or future equivalent

● NICEIC Approved Contractor

● Gas Safety Registration

The Supplier Alliance Member shall ensure all of the staff, including subcontractors, concerned with the Client and Additional Client requirements are suitably trained and

comply with all relevant health and safety legislation throughout the duration of the framework agreement and any contract awarded. When requested by the Additional

Client, the Supplier Alliance member shall provide a list of all staff requiring admission to Additional Client’s premises or any specified third party premises, in advance of the equipment delivery, installation or removal date. The Supplier Alliance Member shall ensure that where civil engineering works apply, they are delivered in line with the relevant British Standards and industry standards.

Maintenance:

The Supplier Alliance Member shall provide a breakdown of relevant servicing and maintenance costs to the Additional Client where applicable. The Supplier Alliance Member shall ensure all servicing and maintenance works are carried out by appropriate qualified staff relevant to the product or service.

Disposal:

Where appropriate, the Supplier Alliance Member shall ensure that any equipment from an incumbent contract or end of an existing contract are decommissioned and disposed in line with appropriate environmental standards.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / 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) Description

II.2.1) Title

Heat Network Design

Lot No

Lot 4.1

II.2.2) Additional CPV code(s)

  • 09323000 - District heating
  • 09324000 - Long-distance heating
  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 39715200 - Heating equipment
  • 42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
  • 42511000 - Heat-exchange units and machinery for liquefying air or other gases
  • 42511100 - Heat-exchange units
  • 42515000 - District heating boiler
  • 44163120 - Distance-heating pipes
  • 44163121 - Heating pipes
  • 45232000 - Ancillary works for pipelines and cables
  • 45232140 - District-heating mains construction work
  • 45232141 - Heating works
  • 45232142 - Heat-transfer station construction work
  • 45251000 - Construction works for power plants and heating plants
  • 45251250 - District-heating plant construction work
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 50721000 - Commissioning of heating installations
  • 71314000 - Energy and related services
  • 71314310 - Heating engineering services for buildings

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The services provided within Lot 4.1 and 4.2, shall be applied, but not limited to, the following heat network types ● Deep geothermal sub-soil;

● Combined heat and power systems;

● District heat network;

● Communal heating;

● Energy from waste;

● Waste recovered heat sources;

● Large scale solar thermal heat;

● Hydrogen for heat sources; and

● Shared ground loop systems

Lot 4.1 Design Scope

The Supplier Alliance Member shall provide the Additional Client with heat network, space heating and domestic heating and cooling design services

or sometimes referred to as district heating. The Supplier Alliance Member shall deliver services in line with the Government heat decarbonisation and heat network strategy and Targets outlined in the Net Zero Strategy and Heat and Building strategy. The services provided within Lot 4.1 and 4.2, shall be applied, but not limited to, the following heat network types

● Deep geothermal sub-soil;

● Combined heat and power systems;

● District heat network;

● Communal heating;

● Energy from waste;

● Waste recovered heat sources;

● Large scale solar thermal heat;

● Hydrogen for heat sources; and

● Shared ground loop systems

Lot 4.1 Design Scope

The Supplier Alliance Member shall provide the Additional Client with heat network, space heating and domestic heating and cooling design services

or sometimes referred to as district heating. The Supplier Alliance Member shall deliver services in line with the Government heat decarbonisation and heat network strategy and Targets outlined in the Net Zero Strategy and Heat and Building strategy. The Supplier Alliance Member shall work with the Additional Client who will choose to utilise the CIBSE CP1 Code of Practice in line with government Heat Network Delivery Unit and Green Heat Network Funds. The Supplier Alliance Member shall adhere to relevant heat network design and construction industry standards including, but not limited to; the Heat Network and Billing Regulations (2014) and future OFGEM heat network infrastructure legislation. The Supplier Alliance Member shall provide the Additional Client with design services that include, but not limited to, the following;

● Onsite surveys and infrastructure assessments;

● Design services for the development of a new district energy centre;

● Business case support for connection to existing heat networks including financial forecasting;

Design services to support the maintenance and improvement works on an existing Additional Clients heat network The Supplier Alliance Member shall adhere to relevant heat network design and construction industry standards including, but not limited to; the Heat Network and Billing Regulations (2014) and future OFGEM heat network infrastructure legislation.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / 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) Description

II.2.1) Title

Heat Network Design and Build

Lot No

Lot 4.2

II.2.2) Additional CPV code(s)

  • 09323000 - District heating
  • 09324000 - Long-distance heating
  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 39715200 - Heating equipment
  • 42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
  • 42511000 - Heat-exchange units and machinery for liquefying air or other gases
  • 42511100 - Heat-exchange units
  • 42515000 - District heating boiler
  • 44163120 - Distance-heating pipes
  • 44163121 - Heating pipes
  • 45232000 - Ancillary works for pipelines and cables
  • 45232140 - District-heating mains construction work
  • 45232141 - Heating works
  • 45232142 - Heat-transfer station construction work
  • 45251000 - Construction works for power plants and heating plants
  • 45251250 - District-heating plant construction work
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 50721000 - Commissioning of heating installations
  • 71314000 - Energy and related services
  • 71314310 - Heating engineering services for buildings

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The services provided within Lot 4.1 and 4.2, shall be applied, but not limited to, the following heat network types

● Deep geothermal sub-soil;

● Combined heat and power systems;

● District heat network;

● Communal heating;

● Energy from waste;

● Waste recovered heat sources;

● Large scale solar thermal heat;

● Hydrogen for heat sources; and

● Shared ground loop systems

The Supplier Alliance Member shall provide the Additional Client with heat network, space heating and domestic heating and cooling design services or sometimes referred to as district heating for the design and subsequent construction of new heat network projects. The Supplier Alliance Member shall deliver services in line with the Government heat decarbonisation and heat network strategy and Targets outlined in the Net Zero Strategy and Heat and Building strategy

The Supplier Alliance Member shall work with the Additional Client who will choose to utilise the CIBSE CP1 Code of Practice in line with government Heat

Network Delivery Unit and Green Heat Network Funds. The Supplier Alliance Member shall ensure that any design of a new heat network meets the relevant construction standards for the project type specified at Project Brief stage. The Supplier Alliance Member shall provide project management services and personnel for the construction of a new district heat network including sourcing effective subcontractors to deliver the Project Contract. This will include the provision of, but not limited to, the following;

● Civil engineering works

● Installation works of insulated pipe systems

● Operation and maintenance technical inspectors

● Control system specialist

● Design Engineer

The Supplier Alliance Member shall ensure that all construction projects and maintenance works provide the relevant number of Heat Interface Units required for the Project Contract. The Supplier Alliance Member may be required by the Additional Client to align with the relevant Heat Trust standards and future regulation.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / 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) Description

II.2.1) Title

Carbon Net Zero Consultancy

Lot No

Lot 5

II.2.2) Additional CPV code(s)

  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71313400 - Environmental impact assessment for construction
  • 71314000 - Energy and related services
  • 71314300 - Energy-efficiency consultancy services
  • 71315200 - Building consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71600000 - Technical testing, analysis and consultancy services
  • 71621000 - Technical analysis or consultancy services
  • 73200000 - Research and development consultancy services
  • 73210000 - Research consultancy services
  • 79415000 - Production management consultancy services
  • 90713000 - Environmental issues consultancy services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

A Supplier Alliance Member in Lot 5 under the Framework Contract shall provide access to a range of industry expert decarbonisation professional services at discrete delivery stages, from inception to completion, to support a variety of projects including, but not limited to, the following areas:

• Carbon reporting;

• Solar photovoltaic services;

• Battery energy storage;

• Heat pump services;

• Heat network development;

• Power Purchase Agreements (both direct and indirect wire);

• Environmental planning and protection;

• Pollution control;

• Carbon offsetting;

• Scope emission reporting;

• Building retrofit;

The Supplier Alliance Member is required to provide technical support to public sector organisations looking at projects to support their Carbon Net Zero strategies. The Additional Client may be requiring technical support for individual projects or a wider decarbonisation strategy of their whole estate. The Supplier Alliance Member shall have the ability to provide services relating to the advice, design, research and production of feasibility studies against at least one of the products and services listed in the Scope. The Supplier Alliance Member shall provide design standards in accordance with the relevant industry. The Supplier Alliance Member shall provide suitably qualified personnel with the relevant experience to support the research and design requirements for each Project Contract. This experience is in accordance with the professional grade definitions set out by the Additional Client within the Project Brief.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / 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


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

IV.1.6) Information about electronic auction

An electronic auction will be used

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: 2022/S 000-033826


Section V. Award of contract

Lot No

1.1

A contract/lot is awarded: Yes

V.2) Award of contract

V.2.1) Date of conclusion of the contract

24 March 2023

V.2.2) Information about tenders

Number of tenders received: 58

Number of tenders received from SMEs: 20

Number of tenders received by electronic means: 58

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

9th Floor, The Capital, Old Hall Street. L3 9PP

Liverpool

L3 9PP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

V.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £80,000,000


Section VI. Complementary information

VI.3) Additional information

The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.

As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/51b6e47a-96c9-443a-b3e9-99549a6f275d

1) Redacted Commercial Agreement

2) List of Successful Suppliers

3) Approved Customer list

4) Transparency Agenda

On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective

Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make

themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at:

https://www.gov.uk/government/publications/government-security-classifications

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain

ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials

scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent

forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the

technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

CCS reserved the right to award a framework to any bidder whose final score was within 1% of the last position. Only Lot 5 had more suppliers than award places available. There were 30 bids for Lot 5, and with the application of the 1% rule this was reduced to 20 suppliers. The remaining 10 suppliers were not within 1% of the supplier in 20th place. This therefore fell in line with the information originally stated in the Contract Notice that was published on 29/11/2022.

Awarded Suppliers:

Lot 1.1 - 14 successful suppliers

Lot 1.2 - 13 successful suppliers

Lot 2.1 - 13 successful suppliers#

Lot 2.2 - 9 successful suppliers

Lot 3.1 - 16 successful suppliers

Lot 3.2 - 14 successful suppliers

Lot 4.1 - 20 successful suppliers

Lot 4.2 - 9 successful suppliers

Lot 5 - 20 successful suppliers

VI.4) Procedures for review

VI.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9 th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier [at] crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/

VI.4.2) Body responsible for mediation procedures

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier [at] crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom