Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Demand Management and Renewables

  • First published: 01 December 2022
  • Last modified: 01 December 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-030509
Published by:
Crown Commercial Service
Authority ID:
AA25880
Publication date:
01 December 2022
Deadline date:
18 January 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Crown Commercial Service

The Capital Building, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3150103503

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

I.2) 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://crowncommercialservice.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://crowncommercialservice.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Other: 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

 

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.1.5) Estimated total value

Value excluding VAT: 800 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

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

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.

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


III.2) Conditions related to the contract

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 with several operators.

IV.1.8) Information about 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 in the OJ S:

2021/S 000-032146

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

Date: 18/01/2023

Local time: 12:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 18/01/2023

Local time: 12:01

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

As part of this contract notice the following documents can be accessed at: [insert contracts finder link]

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

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.

Registering for access:

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.

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

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

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

VI.5) Date of dispatch of this notice

29/11/2022

Coding

Commodity categories

ID Title Parent category
45232000 Ancillary works for pipelines and cables Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
71315200 Building consultancy services Building services
50721000 Commissioning of heating installations Repair and maintenance services of central heating
45251000 Construction works for power plants and heating plants Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry
44163120 Distance-heating pipes Pipes and fittings
09323000 District heating Steam, hot water and associated products
42515000 District heating boiler Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
45232140 District-heating mains construction work Ancillary works for pipelines and cables
45251250 District-heating plant construction work Construction works for power plants and heating plants
39715100 Electric instantaneous or storage water heaters and immersion heaters Water heaters and heating for buildings; plumbing equipment
45315000 Electrical installation work of heating and other electrical building-equipment Electrical installation work
31200000 Electricity distribution and control apparatus Electrical machinery, apparatus, equipment and consumables; lighting
65300000 Electricity distribution and related services Public utilities
31682000 Electricity supplies Electrical supplies and accessories
71314000 Energy and related services Consultative engineering and construction services
71314300 Energy-efficiency consultancy services Energy and related services
71321000 Engineering design services for mechanical and electrical installations for buildings Engineering design services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
71313400 Environmental impact assessment for construction Environmental engineering consultancy services
90713000 Environmental issues consultancy services Environmental management
42511110 Heat pumps Heat-exchange units and machinery for liquefying air or other gases
42511100 Heat-exchange units Heat-exchange units and machinery for liquefying air or other gases
42511000 Heat-exchange units and machinery for liquefying air or other gases Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
42510000 Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery Cooling and ventilation equipment
71314310 Heating engineering services for buildings Energy and related services
39715200 Heating equipment Water heaters and heating for buildings; plumbing equipment
44163121 Heating pipes Pipes and fittings
45232141 Heating works Ancillary works for pipelines and cables
45331000 Heating, ventilation and air-conditioning installation work Plumbing and sanitary works
44622100 Heat-recovery equipment Heat-recovery systems
45232142 Heat-transfer station construction work Ancillary works for pipelines and cables
51112000 Installation services of electricity distribution and control equipment Installation services of electrical equipment
09324000 Long-distance heating Steam, hot water and associated products
42533000 Parts of heat pumps Parts of refrigerating and freezing equipment and heat pumps
31712347 Power or solar diodes Microelectronic machinery and apparatus and microsystems
79415000 Production management consultancy services Business and management consultancy services
73200000 Research and development consultancy services Research and development services and related consultancy services
73210000 Research consultancy services Research and development consultancy services
09331100 Solar collectors for heat production Solar panels
09330000 Solar energy Electricity, heating, solar and nuclear energy
09332000 Solar installation Solar energy
45261215 Solar panel roof-covering work Erection and related works of roof frames and coverings
09331000 Solar panels Solar energy
09331200 Solar photovoltaic modules Solar panels
71312000 Structural engineering consultancy services Consultative engineering and construction services
71621000 Technical analysis or consultancy services Analysis services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services
39715000 Water heaters and heating for buildings; plumbing equipment Electrical domestic appliances

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.