Construction Tenders

01 June 2025

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type

No. of Lots 1

Status Active

Published 29th May 2025

Tender Details
Referenceocds-h6vhtk-03050e
Common Procurement VocabularyEnergy and related services
Procurement MethodRestricted procedure
Value£800,000,000
More Tenders »

United Kingdom

Category Services

Type

No. of Lots 1

Status Active

Published 29th May 2025

Tender Details
Referenceocds-h6vhtk-03050e
Common Procurement VocabularyEnergy and related services
Procurement MethodRestricted procedure
Value£800,000,000

Section I: Contracting authority

I.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital Building, Old Hall Street

Liverpool

L3 9PP

Email

supplier [at] crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.gov.uk/ccs

Buyer's address

https://www.gov.uk/ccs

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://www.gov.uk/ccs

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierregistration.cabinetoffice.gov.uk/dps?fh=1

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

I.4) Type of the contracting authority

Ministry or any other national or federal authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Demand Management and Renewables

Reference number

RM6313

II.1.2) Main CPV code

  • 71314000 - Energy and related services

II.1.3) Type of contract

Services

II.1.4) Short description

The Demand Management and Renewables DPS will provide a route to market to support the UK Public Sectors decarbonisation strategies across the public sector estate

II.1.5) Estimated total value

Value excluding VAT: £800,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 09121200 - Mains gas
  • 09123000 - Natural gas
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 09310000 - Electricity
  • 09320000 - Steam, hot water and associated products
  • 09321000 - Hot water
  • 09322000 - Steam
  • 09323000 - District heating
  • 09324000 - Long-distance heating
  • 09330000 - Solar energy
  • 09331000 - Solar panels
  • 09331100 - Solar collectors for heat production
  • 09331200 - Solar photovoltaic modules
  • 09332000 - Solar installation
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31121300 - Wind-energy generators
  • 31121310 - Windmills
  • 31121320 - Wind turbines
  • 31121330 - Wind turbine generators
  • 31121331 - Turbine rotors
  • 31121340 - Wind farm
  • 31122000 - Generator units
  • 31122100 - Fuel cells
  • 31124000 - Steam-turbine generator and related apparatus
  • 31124100 - Turbine generator sets
  • 31124200 - Turbine generator control apparatus
  • 31126000 - Dynamos
  • 31127000 - Emergency generator
  • 31128000 - Turbogenerator
  • 31161800 - Parts of gas generators
  • 31220000 - Electrical circuit components
  • 31230000 - Parts of electricity distribution or control apparatus
  • 31320000 - Power distribution cables
  • 31712347 - Power or solar diodes
  • 38550000 - Meters
  • 38551000 - Energy meters
  • 38552000 - Electronic meters
  • 38553000 - Magnetic meters
  • 38554000 - Electricity meters
  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 39715100 - Electric instantaneous or storage water heaters and immersion heaters
  • 39715200 - Heating equipment
  • 39717000 - Fans and air-conditioning appliances
  • 39717100 - Fans
  • 39717200 - Air-conditioning appliances
  • 42160000 - Boiler installations
  • 42161000 - Hot-water boilers
  • 42162000 - Steam-generating boilers
  • 42163000 - Steam generators
  • 42511110 - Heat pumps
  • 42511200 - Machinery for liquefying air or other gases
  • 42512000 - Air-conditioning installations
  • 42512100 - Window air-conditioning machines
  • 42512200 - Wall air-conditioning machines
  • 42515000 - District heating boiler
  • 42522100 - Parts of fans
  • 42530000 - Parts of refrigerating and freezing equipment and heat pumps
  • 42533000 - Parts of heat pumps
  • 44111520 - Thermal insulating material
  • 45112400 - Excavating work
  • 45214000 - Construction work for buildings relating to education and research
  • 45232140 - District-heating mains construction work
  • 45232141 - Heating works
  • 45232142 - Heat-transfer station construction work
  • 45262640 - Environmental improvement works
  • 45320000 - Insulation work
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 48000000 - Software package and information systems
  • 50000000 - Repair and maintenance services
  • 71314000 - Energy and related services
  • 71314100 - Electrical services
  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services
  • 71314310 - Heating engineering services for buildings
  • 71315200 - Building consultancy services
  • 71315210 - Building services consultancy services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72100000 - Hardware consultancy services
  • 72224000 - Project management consultancy services
  • 72316000 - Data analysis services
  • 79993100 - Facilities management services
  • 90710000 - Environmental management

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

Crown Commercial Service (CCS) as the Authority intends to put in place a collaborative agreement for the provision of goods and services relating to Demand Management and Renewables. This DPS has been established to support Public Sector (both Central Government and Wider Public Sector) decarbonisation and Carbon Net Zero targets.

The new agreement will support a number of routes to market for a wide range of industries from solar to heat pumps. The level of services offered will include:

Design and Feasibility study

Installation services

Maintenance and Servicing

Purchase only

Decommissioning services

Full end to end service

If you are successfully appointed to the DPS following your submission you will be invited by customers (buyers) to submit tenders for relevant services through a call for competition. This DPS remains open for any supplier to request to participate throughout the duration of the DPS. CCS reserves the right to reduce, extend or terminate the DPS period at any time during its lifetime in accordance with the terms set out in the DPS contract.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: N/A

Quality criterion - Name: Price / Weighting: N/A

Price - Weighting: N/A

II.2.6) Estimated value

Value excluding VAT: £800,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Customers may enter into a contract with a supplier for a period of their determining which may exceed the RM6313 Demand Management Renewables DPS Agreement, should this agreement be terminated at any time. The flexibility of the contracting period allows customers (Buyers) to determine appropriate contracting timelines required to enable the supplier to meet customer needs.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

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

II.2.14) Additional information

This is to advise that the end date is now 23/02/2029. This agreement is being extended in order to allow sufficient time to engage with the market and buyers to develop the future strategy.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.

Suppliers will be assessed on their response to the selection criteria in their request to participate for a place on the RM6313 – Demand Management and Renewables Dynamic Purchasing System Agreement. The procurement bid pack and registration details can be accessed via the following URL address

https://supplierregistration.cabinetoffice.gov.uk/dps

and clicking on RM6313 – Demand Management and Renewables

Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6313 – Demand Management and Renewables Dynamic Purchasing System Agreement DPS Agreement please select the ‘Access as a Supplier’ link which can be located at the URL address above.

An example of how to register for the DPS platform can be found at the following youtube generic guide:

https://www.youtube.com/watch?v=1gMaIEIqEyY&authuser=0

Please note that to register you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.

The procurement will be managed electronically via CCS. The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this DPS Agreement. This procurement offering does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS. As part of this contract notice the bid pack and the following documents can be accessed at the link provided below:

1) Contract notice authorised customer list;

2) Rights reserved for CCS DPS Agreement.

3) Contract Notice Transparency Information for Crown Commercial Service Framework Contract

https://www.contractsfinder.service.gov.uk/Notice/488200f7-216c-473a-afdd-3d63f7ca441b

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

The procurement involves the setting up of a dynamic purchasing system

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: 2021/S 000-032151

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

Date

23 February 2029

Local time

12:00am

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

27 September 2022

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

English


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The value provided in Section II.1.5) is only an estimate. The Authority cannot guarantee to suppliers any business through this DPS Agreement. The Authority expressly reserves the right:

(i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and

(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the customer be liable for any costs incurred by the suppliers.

(iii) to make changes to the management charge applicable to this DPS in relation to both the percentage charged and the methodology used.

It is the Supplier’s responsibility to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly.

On 2.4.2014 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 should 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Some purchases under this DPS Agreement may have requirements that can be met under this DPS Agreement but the purchase of which may be exempt from the Regulations (as defined in READ FIRST RM6313- DPS Needs within the invitation to tender documentation). In such cases, Call-offs from this DPS will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the DPS and any Call-off Contracts to reflect that buyer’s specific needs.

VI.4) Procedures for review

VI.4.1) Review body

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 3454102222

Country

United Kingdom

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

The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)

9th Floor, The Capital Building, Old Hall Street

Liverpool

L3 9PP

Telephone

+44 3454102222

Country

United Kingdom

Internet address

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