The procurement documents are available for unrestricted and full direct access, free of charge at:
Ministry or any other national or federal authority, including their regional or local subdivisions
Lot No: Lot 1.1 £0 to 1m Value Projects
II.2.1) Title
Solar Photovoltaic
II.2.2) Additional CPV code(s)
09330000
09331000
09331100
09331200
09332000
31712347
45261215
45315000
II.2.3) Place of performance
NUTS code:
UK
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 end of an existing contract are decommissioned and disposed in line with appropriate environmental standards.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
80 000 000.00
GBP
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:
CCS reserve the right to extend lots by varying durations
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: Lot 1.2 £1m Plus value projects
II.2.1) Title
Solar Photovoltaic
II.2.2) Additional CPV code(s)
09330000
09331000
09331100
09331200
09332000
31712347
45261215
45315000
II.2.3) Place of performance
NUTS code:
UK
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 end of an existing contract are decommissioned and disposed in line with appropriate environmental standards.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
120 000 000.00
GBP
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:
CCS reserve the right to extend lots by varying durations
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: Lot 2.1 £0 to 1m Value projects
II.2.1) Title
Battery Energy Storage
II.2.2) Additional CPV code(s)
31200000
31682000
39715100
45315000
51112000
65300000
II.2.3) Place of performance
NUTS code:
UK
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
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
80 000 000.00
GBP
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:
CCS reserve the right to extend lots by varying durations
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: Lot 2.2 £1m plus Value projects
II.2.1) Title
Battery Energy Storage
II.2.2) Additional CPV code(s)
31200000
31682000
39715100
45315000
51112000
65300000
II.2.3) Place of performance
NUTS code:
UK
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
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
120 000 000.00
GBP
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:
CCS reserve the right to extend lots by varying durations
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: Lot 3.1 £0 to 1m Value Projects
II.2.1) Title
Storage, Heat Pumps
II.2.2) Additional CPV code(s)
39715000
42511110
42533000
44622100
45232000
45232141
45315000
45331000
50721000
71314000
II.2.3) Place of performance
NUTS code:
UK
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
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
80 000 000.00
GBP
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:
CCS reserve the right to extend lots by varying durations
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: Lot 3.2 £1m plus value projects
II.2.1) Title
Storage, Heat Pumps
II.2.2) Additional CPV code(s)
39715000
42511110
42533000
44622100
45232000
45232141
45315000
45331000
50721000
71314000
II.2.3) Place of performance
NUTS code:
UK
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
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
120 000 000.00
GBP
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:
CCS reserve the right to extend lots by varying durations
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: Lot 4.1
II.2.1) Title
Heat Network Design
II.2.2) Additional CPV code(s)
09323000
09324000
39715000
39715200
42510000
42511000
42511100
42515000
44163120
44163121
45232000
45232140
45232141
45232142
45251000
45251250
45331000
50721000
71314000
71314310
II.2.3) Place of performance
NUTS code:
UK
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
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
30 000 000.00
GBP
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:
CCS reserve the right to extend lots by varying durations
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: Lot 4.2
II.2.1) Title
Heat Network Design and Build
II.2.2) Additional CPV code(s)
09323000
09324000
39715000
39715200
42510000
42511000
42511100
42515000
44163120
44163121
45232000
45232140
45232141
45232142
45251000
45251250
45331000
50721000
71314000
71314310
II.2.3) Place of performance
NUTS code:
UK
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
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
150 000 000.00
GBP
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:
CCS reserve the right to extend lots by varying durations
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: Lot 5
II.2.1) Title
Carbon Net Zero Consultancy
II.2.2) Additional CPV code(s)
71312000
71313000
71313400
71314000
71314300
71315200
71321000
71600000
71621000
73200000
73210000
79415000
90713000
II.2.3) Place of performance
NUTS code:
UK
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
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
20 000 000.00
GBP
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:
CCS reserve the right to extend lots by varying durations
II.2.9) Information about the limits on the number of candidates to be invited
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
As part of this contract notice the following documents can be accessed at: [insert contracts finder link]
3) Rights reserved for CCS framework.
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.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.
CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position.
This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.