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

Energy Efficiency Dynamic Purchasing System (EEDPS)

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

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-04de5f
Published by:
Plymouth City Council
Authority ID:
AA20276
Publication date:
12 March 2025
Deadline date:
30 September 2028
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Energy Efficiency Dynamic Purchasing System (EEDPS)

Plymouth City Council (PCC), as the lead Contracting Authority, in collaboration with Independence Brokerage Services CIC (trading as Independence CIC (INCIC)), is establishing a Dynamic Purchasing System (DPS) for use by public sector bodies. This procurement framework is designed to deliver energy efficiency measures, retrofitting installations, and associated works for social housing and private domestic properties. It will also extend to other property types owned or managed by local authorities and public sector organisations.

Eligible organisations are outlined in the Additionally, this initiative aims to: https://www.incic.org.uk/eligibility-criteria-eedps/

• Stimulate procurement opportunities for customers / clients wanting to and or are willing to self-fund energy efficiency works.

• Support training and back to work via entry into the construction industry through green skills development and retrofitting

• Providing access to green accreditations via umbrella organisations and providing opportunities for new entries to sector

• Promote the use of Modern Methods of Construction (MMC), as detailed in the Lots below.

* Details are clearly set out in this notice under Lots and Sub Lots and will be further detailed in specific calls for competition. For further details of Active Areas and Lots / Sub Lots can be found here https://www.incic.org.uk/about-plymouth-ee-dps/

Public sector bodies have a responsibility to advance energy efficiency initiatives through allocated funding and national or local grant schemes. These efforts aim to reduce carbon emissions, lower energy costs, and improve living conditions for residents. The EEDPS provides a structured, transparent, and flexible procurement framework to facilitate these goals.

Objectives of the EEDPS

The EEDPS is designed to enhance building energy performance, contributing to broader environmental, economic, and public health objectives, including:

• Carbon Reduction: Addressing climate change through energy-efficient measures.

• Economic Revitalisation: Investing in green skills and industries to stimulate local and national economies.

• Public Health Improvements: Ensuring healthier living environments through energy-efficient upgrades.

The DPS will be open for Contractor / Supplier (Providers) to apply to join from 18th February 2025.

Further details of how to Join can be found at: https://www.incic.org.uk/about-plymouth-ee-dps/

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Plymouth City Council

Ballard House, West Hoe Road

Plymouth

PL1 3BJ

UK

Contact person: Nicola Turvey

Telephone: +44 1752304118

E-mail: nicola.turvey@plymouth.gov.uk

NUTS: UK

Internet address(es)

Main address: www.incic.org.uk

Address of the buyer profile: www.plymouth.gov.uk

I.3) Communication

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

https://www.incic.org.uk/about-plymouth-ee-dps/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.incic.org.uk/about-plymouth-ee-dps/


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Energy Efficiency Dynamic Purchasing System (EEDPS)

Reference number: PCC/INCIC/2025/2

II.1.2) Main CPV code

45262640

 

II.1.3) Type of contract

Works

II.1.4) Short description

Energy Efficiency Dynamic Purchasing System (EEDPS)

Plymouth City Council (PCC), as the lead Contracting Authority, in collaboration with Independence Brokerage Services CIC (trading as Independence CIC (INCIC)), is establishing a Dynamic Purchasing System (DPS) for use by public sector bodies. This procurement framework is designed to deliver energy efficiency measures, retrofitting installations, and associated works for social housing and private domestic properties. It will also extend to other property types owned or managed by local authorities and public sector organisations.

Eligible organisations are outlined in the Additionally, this initiative aims to: https://www.incic.org.uk/eligibility-criteria-eedps/

• Stimulate procurement opportunities for customers / clients wanting to and or are willing to self-fund energy efficiency works.

• Support training and back to work via entry into the construction industry through green skills development and retrofitting

• Providing access to green accreditations via umbrella organisations and providing opportunities for new entries to sector

• Promote the use of Modern Methods of Construction (MMC), as detailed in the Lots below.

* Details are clearly set out in this notice under Lots and Sub Lots and will be further detailed in specific calls for competition. For further details of Active Areas and Lots / Sub Lots can be found here https://www.incic.org.uk/about-plymouth-ee-dps/

Public sector bodies have a responsibility to advance energy efficiency initiatives through allocated funding and national or local grant schemes. These efforts aim to reduce carbon emissions, lower energy costs, and improve living conditions for residents. The EEDPS provides a structured, transparent, and flexible procurement framework to facilitate these goals.

Objectives of the EEDPS

The EEDPS is designed to enhance building energy performance, contributing to broader environmental, economic, and public health objectives, including:

• Carbon Reduction: Addressing climate change through energy-efficient measures.

• Economic Revitalisation: Investing in green skills and industries to stimulate local and national economies.

• Public Health Improvements: Ensuring healthier living environments through energy-efficient upgrades.

The DPS will be open for Contractor / Supplier (Providers) to apply to join from 18th February 2025.

Further details of how to Join can be found at: https://www.incic.org.uk/about-plymouth-ee-dps/

II.1.5) Estimated total value

Value excluding VAT: 425 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The contracting authority (s) reserves the right to award contracts combining lots and Sub Lot (s) as required.

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - Associated Building Works

II.2.2) Additional CPV code(s)

45211000

45260000

45310000

45330000

45410000

45422000

45442100

50000000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot 1 - Associated Building Works. This Lot and Sub Lot(s) cover all works required and associated with Retrofit works and or works related to enable other Lots. i.e. Roofing, Plumbing, Carpentry, General Building etc.

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 17 500 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Lot No: 2

II.2.1) Title

Lot 2 - Battery Storage

II.2.2) Additional CPV code(s)

31158100

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot 2 - Battery Storage.

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 12 500 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Lot No: 3

II.2.1) Title

Lot - 3 Biomass Boilers

II.2.2) Additional CPV code(s)

42511110

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot - 3 Biomass Boilers.

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 500 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Lot No: 4

II.2.1) Title

Lot 4 Carbon Offset

II.2.2) Additional CPV code(s)

03452000

90713000

90720000

90740000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage.

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot 4 - Carbon Offset. This Lot and Sub Lot(s) cover Wilder Carbon, Tree Planting, Plastic Waste collecting and Consultancy.

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 500 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Lot No: 5

II.2.1) Title

Lot 5 - Cavity Wall Insulation / Extraction

II.2.2) Additional CPV code(s)

45321000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot 5 - Cavity Wall Insulation / Extraction. This Lot and Sub Lot(s) cover Insulation of cavity walls. Remove Insulation from Cavities poorly installed.

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 8 500 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Lot No: 6

II.2.1) Title

Lot 6 - Vehicles, Charging & Infrastructure

II.2.2) Additional CPV code(s)

31158100

31681500

34144900

45315300

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot 6 - Vehicles, Charging & Infrastructure. This Lot and Sub Lot(s) cover Electric Vehicles and Vehicle Charging Points, Cars, Scooters, Mopeds and Motor bikes purchase. Including funded, lease and revenue generating options including charging facilities and Infrastructure.

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 17 500 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Lot No: 7

II.2.1) Title

Lot 7 - Controls

II.2.2) Additional CPV code(s)

24112100

38930000

42510000

42530000

45331110

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot 7 - Controls. This Lot and Sub Lot(s) cover Heating Control(s), Hot Water Controls, Time & Temperature Zone Controls, Moisture and Temperature, Moisture metering, testing and CO2. Smart Controls.

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 500 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Lot No: 8

II.2.1) Title

Lot 8 - Design

II.2.2) Additional CPV code(s)

45000000

71000000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot 8 - Design. This Lot and Sub Lot(s) cover Building and Structure, Energy Efficiency Design, Feasibility, External Wall System Design, Retrofit coordinator.

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 8 500 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Lot No: 9

II.2.1) Title

Lot 9- Electrical & Lighting

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot 9 - Electrical & Lighting. This Lot and Sub Lot(s) cover Energy Efficient Lighting.

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 25 500 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Lot No: 10

II.2.1) Title

Lot 10 - Energy Assessors

II.2.2) Additional CPV code(s)

45000000

71314300

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot 10 - Energy Assessors. This Lot and Sub Lot(s) cover Assessment & Inspection, Domestic Energy Assessors (DEA), Commercial Energy Assessors, Domestic and Commercial Energy Performance Certificates (EPCs), and Retrofit Coordination.

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 8 500 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Lot No: 11

II.2.1) Title

Lot 11 - Green Finance

II.2.2) Additional CPV code(s)

66170000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot 11 - Green Finance. This Lot and Sub Lot(s) cover Finance, top-up finance, funded infrastructure, charging points, income generation and revenue share schemes. This lot may be featured as a standalone offering or combined with other lot (s).

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 8 500 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Lot No: 12

II.2.1) Title

Lot 12 - Energy Efficiency Products supply only

II.2.2) Additional CPV code(s)

09331000

31000000

38126200

42511110

44100000

44621200

44622100

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot 12 - Energy Efficiency Products supply only. This Lot and Sub Lot(s) cover Materials, energy-efficient products, and software to reduce environmental impact, carbon emissions, and supply chain miles. It includes insulation systems, heat pumps, solar panels, heating systems, smart meters, and sustainable lighting, along with geo-location, stock management, van stock, and energy monitoring tools to improve efficiency. This lot can be combined with others to enhance sustainability and streamline project delivery.

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 5 000 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Lot No: 13

II.2.1) Title

Lot 13- Heat Pumps Air Source Heat Pump, Exhaust Air Heat Pump, Ground Source Heat Pump

II.2.2) Additional CPV code(s)

42160000

42511110

42533000

45000000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot 13 - Heat Pumps. This Lot and Sub Lot(s) cover Air Source Heat Pump (ASHP), Exhaust Air Heat Pump (EAHP), Ground Source Heat Pump (GSHP), Air-to-Air Heat Pump (AAHP).

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 45 000 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Lot No: 14

II.2.1) Title

Lot 14 - Heat and Hot Water Technologies

II.2.2) Additional CPV code(s)

39715210

39715220

42160000

45000000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot 14 - Heat and Hot Water Technologies. This Lot and Sub Lot(s) cover Electric Storage Heater, Gas Boiler, Underfloor Heating (UFH), Micro Combined Heat and Power (Micro-CHP).

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 8 500 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Lot No: 15

II.2.1) Title

Lot 15 - Hydroelectricity

II.2.2) Additional CPV code(s)

45220000

45248000

45251120

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot 15 - Hydroelectricity. This Lot and Sub Lot(s) cover Micro Hydro, Pico Hydro, Small Hydro.

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 500 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Lot No: 16

II.2.1) Title

Lot 16 - Insulation and draft proofing

II.2.2) Additional CPV code(s)

45211000

45261410

45321000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot 16 - Insulation and draft proofing. This Lot and Sub Lot(s) cover Internal Wall Insulation (IWI), External Wall Insulation (EWI), Floor Insulation, Solid Wall Insulation (external and/or internal), Room in Roof Insulation, Loft Insulation, Park Home Insulation, Roof Insulation work, Multiple Insulation Measures (and/or combination). Draft proofing.

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 65 000 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Lot No: 17

II.2.1) Title

Lot 17- Metering & Monitoring

II.2.2) Additional CPV code(s)

38551000

45262640

71700000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot 17 - Metering & Monitoring. This Lot and Sub Lot(s) cover Utility metering and monitoring, Environmental monitoring, air temperature, Carbon dioxide and Air tightness testing and monitoring.

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 17 500 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Lot No: 18

II.2.1) Title

Lot 18 - New Build and or Extension of Existing buildings

II.2.2) Additional CPV code(s)

45211000

45223800

45223810

45262640

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot 18 - New Build and or Extension of Existing buildings. This Lot and Sub Lot(s) cover Using Traditional and or Modern Methods of Construction (MMC), Energy efficient Changing places with WC for people with mobility issues, and temporary accommodation including modular housing, portable offices, and emergency shelters. (Sustainable & Energy-Efficient Designs) BREEAM (Building Research Establishment Environmental Assessment Method).

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 25 000 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Lot No: 19

II.2.1) Title

Lot 19 - Solar

II.2.2) Additional CPV code(s)

09331100

09331200

45261215

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot 19 - Solar. This Lot and Sub Lot(s) cover Solar panel roof-covering work, Solar collectors for heat production, Solar photovoltaic modules.

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 45 000 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Lot No: 20

II.2.1) Title

Lot 20 - Surveying services

II.2.2) Additional CPV code(s)

71315300

71355000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot 20 - Surveying services. This Lot and Sub Lot(s) cover Measurement, mapping, and analysis of land and other geographical features. Planning, environmental management, and infrastructure development and energy efficiency surveys. Including Drone and Thermal Imaging Surveys and Feasibility surveys.

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 7 000 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Lot No: 21

II.2.1) Title

Lot 21 - Training and Education and Certifications

II.2.2) Additional CPV code(s)

45000000

80400000

80510000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot 21 - Training, Education and Certifications. This Lot and Sub Lot(s) cover Training, Education and Certifications, Rehabilitation of Offenders and not in education employment or training (Neet).

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 6 500 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Lot No: 22

II.2.1) Title

Lot 22 - Ventilation

II.2.2) Additional CPV code(s)

39714110

39717100

42522000

44622000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here:

https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot 22 - Ventilation. This Lot and Sub Lot(s) cover Extract Ventilation, Intermittent, continuously operating, Alternative ventilation systems, Single room Heat Recovery, (SRHRV), Positive Input (PIV) and Mechanical supply and extract with heat recovery (MVHR).

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 17 500 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Lot No: 23

II.2.1) Title

Lot 23 - Whole House Retrofit

II.2.2) Additional CPV code(s)

45211000

45260000

45320000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot 23 - Whole House Retrofit. This Lot and Sub Lot(s) cover Whole House Retrofit Solutions (combinations of any measures). Floor Insulation, Cavity Wall Insulation, Solid Wall Insulation (external &/or internal), Room in Roof Insulation, Loft Insulation, Park Home Insulation. Multiple Insulation Measures (combinations). Solar PV, Solar Thermal, Air Source Heat Pump, Ground Source Heat Pump, Double/Triple Glazing, Energy Efficient Doors, CHP. High Heat Retention Storage Heaters, Smart Heating Controls. Mechanical Ventilation & Heat Recovery, Integrated Systems (Solar PV, battery storage and heat pump). Whole House Retrofit Solutions (combinations of any measures) In addition, call-offs may include associated works either where these are necessary to undertake the works that are central to the call-off (e.g. installing scaffolding for working at heights), or where it would be beneficial to the project to have additional works carried out by the same contractor and the associated works constitute a small part of the overall call off.

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 28 500 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Lot No: 24

II.2.1) Title

Lot 24 - Wind

II.2.2) Additional CPV code(s)

31121320

71242000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot 24 - Wind. This Lot and Sub Lot(s) Wind Turbine Installers (Micro)

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 500 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Lot No: 25

II.2.1) Title

Lot 25 - Windows and Doors

II.2.2) Additional CPV code(s)

44221100

44221200

44221400

45441000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

UKL

UKM

UKN


Main site or place of performance:

UNITED KINGDOM (UK) wide and divided up into regions and geographical areas. Please refer to website for further details. https://www.incic.org.uk/regions-geographical-areas-eedps/

II.2.4) Description of the procurement

This procurement is being conducted by Plymouth City Council (PCC) as the contracting authority. PCC will utilise the Dynamic Purchasing System (DPS) to fulfil its requirements for energy efficiency, environmental improvement measures, and associated repairs, maintenance, and upgrades.

This DPS is available for use by UK public sector bodies, as specified in the URLs below, including any future successors to these organisations. The full list of eligible organisations can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

PCC and other public sector bodies seek to appoint suitably skilled providers who consistently meet the high standards required by PCC and other approved user, authorities authorised to use this Energy Efficiency DPS. Providers must be capable of supplying goods, delivering services, and/or carrying out works (where applicable) to meet the varying requirements of different Lots and Sub-Lot(s) for PCC and other organisations utilising this DPS.

Economic operators (referred to as Providers) seeking admission to the DPS must register, complete, and pass the Standard Selection Questionnaire (SQ) while complying with any additional requirements that eligible organisations or Contracting Authorities may specify from time to time, as outlined in the SQ. The full details can be found here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must also agree to and sign the DPS terms and conditions. Full details are available here: https://www.incic.org.uk/about-plymouth-ee-dps/ .

Providers must demonstrate the necessary knowledge, skills, and experience required for the role, along with the ability to comply with all eligible funding requirements, building regulations, registrations, and lodgements. Additionally, they must provide warranty coverage where required.

Successful applicants must commit to ongoing monitoring, development, and training of their direct employees and/or subcontractors. They must also demonstrate effective quality control over their supply chains, after-care services, and ongoing support when delivering work for customers and clients. Additionally, providers must ensure compliance with consumer protection requirements, as applicable, in accordance with this procurement process.

The DPS will operates using a two-stage process:

Stage 1 - All Providers who pass the selection criteria for the Lots they apply for and are not excluded will be admitted to the DPS as a Provider for those Lots and the geographical areas that they identified, and they wish to operate in. New providers can apply to join at any time during its operation. There will be no limit on the number of Providers that may join this DPS for each work category (Lot/Sub Lot(s)) and geographical areas.

Stage 2 - Individual work contracts will be awarded at this stage. Contracting Authorities using the DPS will issue Calls for Competition to all Providers registered in their chosen Lot(s)/Sub-Lot(s) and geographical area(s). Public sector bodies using this DPS may set a tender return period of less than 10 days for each Call for Competition. Contracts are awarded during this stage

Each Lot represents a broad category of work, while Sub-Lot(s) provide further segmentation based on factors such as type of work and project value.

Lot 25 - Windows and Doors. This Lot and Sub Lot(s) cover Windows, Doors, Secondary glazing, Treble glazing, Energy efficient doors, Composite doors.

(Lots and Sub Lot(s)) We have structured this procurement into Lots and Sub-Lots, providing a more precise definition of the scope and ensuring closer alignment with specific market needs. The Sub-Lot(s}, which will be clearly detailed under each Lot here once Active: https://www.incic.org.uk/active-lot-categories-and-contracting-authorities-eedps/

In addition to including clear information on the type of work, sector (commercial or domestic), and project value in the call for competition notifications, we promote transparency and encourage participation from micro and SME businesses. By dividing the procurement into smaller, clearly defined components, we enable specialised, targeted bids from a broader range of suppliers, thereby fostering an inclusive and competitive procurement process.

Award criteria will be set by the Contracting Authority conducting the call for competition and may include: -

i) Price - This may be based on the bid submitted for the tender or work, an agreed Schedule of Rates (SOR), or a catalogue of available prices. Pricing considerations may include market engagement, historical cost data, local trade rates, and prevailing market prices for products. Prices may be subject to ongoing review, variation, and updates as specified in each call for competition.

ii) Quality and Performance - Quality criteria will be set by the contract authority and may include sustainability criteria and social value, this may also include Key Performance Indicators (KPIs) and, where appropriate, the preferences of the client, customer, or grant recipient if applicable.

*Potential providers should note that the client, customer, or grant recipient (as applicable) may authorise the contracting authority or an appointed agent to manage the project on their behalf, including the appointment of the provider.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 35 000 000.00  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:

Plymouth City Council requires the ability to flexibly deliver Energy Efficiency measures in the way it sees fit for its site(s). The DPS is set up initially for 4 years, however The Council reserves the right to extend or shorten this duration and if so, will issue a Contract Notice to indicate its intentions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

There will no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However, providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.

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

Providers who want to be considered for work under Lots and Sub Lot (s) should visit the INCIC Website: https://www.incic.org.uk/about-plymouth-ee-dps/

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Providers must be able to demonstrate competency & technical ability to perform the works detailed above. The following forms of evidence will be deemed to satisfy some requirements, but other forms of evidence will be required and considered:

- Trust Mark accreditation for PAS 2030 / 2035

- Microgeneration Certification Scheme (MCS) for Microgeneration Works

-Trading Standards Approved for Consumer facing works

-Managers and supervisors should ideally hold a relevant NVQ, professional qualification and any of the following, such as the managerial or supervisory CSCS cards, for domestic works

- building operatives should ideally hold the trade specific CSCS card

- electricians should ideally hold an ECS card

- gas fitters /heating engineers must hold a gas safe registration card with relevant ACOP/NACS

- operatives dealing with non- licensed asbestos removal must hold a UKATA Category B card or equivalent

The following forms of company accreditation may also help to demonstrate competency:

- ISO 9001 (quality management).

- ISO 14001 (environmental management).

- OHSAS 18001 (occupational health and safety).

- SSIP (Safety Schemes in Procurement).

This list is not exhaustive, and specific requirements may be set out more clearly for each Lot/Sub Lot, Category in the Invitation To Tender (ITT) / Call for competition by

This list is not exhaustive. Specific requirements for each Lot, sub-Lot or Category will be detailed in the Invitation to Tender (ITT) or Call for Competition issued by the Contracting Authority. Contract conditions, particularly those relating to social and environmental considerations, may be included, as appropriate, in subsequent call-offs, depending on the identified requirements.

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 setting up of a dynamic purchasing system

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 30/09/2028

Local time: 12:00

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

Date: 01/10/2028

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

1- INCIC has been engaged by PCC to facilitate call-offs from the DPS for which there is a nominal management fee to cover administration costs charged to Contracting Authorities opting to use this DPS. The Contracting Authority Access Agreement (CAAA) and DPS terms and conditions are included with the procurement documents. All Providers and eligible Contracting Authorities will be required to sign up to specified terms and conditions for appointment to the DPS.

-2- PCC considers that this DPS is suitable for all Providers including those that are Micro Businesses, Small or Medium Enterprises (SMEs) and will be open to receiving applications from these Businesses.

- 3- PCC is working in association with INCIC to develop and maintain the DPS for Energy Efficiency and associated works. INCIC will support PCC by assessing and monitoring standard company information provided by the Providers who apply for and are admitted to the DPS. This is achieved through the Standard Selection Questions (SQ). Providers should be able to demonstrate they have the appropriate level of knowledge and skill, and accreditations required and that they possess the appropriate level of experience. Applicant Providers need to register their interest hosted by INCIC via http://www.incic.org.uk They will be required to register to access the SQ and to submit an application. All supporting documents are available on the website. https://www.incic.org.uk/about-plymouth-ee-dps/

-4- Providers who wish to register to join the DPS will need to complete the full SQ, provide references for Categories/Lots and or Sub Lots, be able to offer a minimum 2-year independent warranty, and provide a signed DPS Agreement including call-off terms and conditions.

-5- If Providers are already registered with INCIC, they need only register their interest on the DPS through their portal access. Information will be pre-filled on the SQ and they will simply need to login and complete any missing information required and check the information held by INCIC is accurate. They also need to check that they are registered for the correct work Categories/Lots and sub lots relating to the DPS work Categories/ Lots and sub-Lot(s) they are applying for. INCIC registered Providers already have access to a 2-year warranty as is required by the DPS Agreement, which needs to be signed along with Call-Off Terms and Conditions. The first step is for INCIC together preliminary information on the applicant to enable an online DPS account to be created. Once created (usually within 24 hours), the applicant will be able to complete the SQ in accordance with the instructions for submission. They will need to provide an agreement to sign up to the DPS Agreement and Call-Off Terms and Conditions, and on assurances that the requirements of the DPS will be met.

-6- Providers that are admitted to the DPS must comply with contractual terms at award stage as detailed in the call-off contracts. Where applicable Providers must comply with current consumer protection legislation and demonstrate their compliance to Alternative Dispute Resolution (ADR) legislation. This can be demonstrated by being a member of a scheme such as www.uktsa.com through INCIC or equivalent.

-7-The DPS Agreement includes the terms and conditions for subsequent Call-Offs but places no obligations on the Contracting Authorities (approved users) of the DPS to procure any Energy Efficiency works. The DPS is not a contract; contracts are formed when works are called-off under the DPS. The Invitation to Tender document issued by Contracting Authorities for specific Call-Off contracts specify the terms and conditions for the execution of the EE works.

-8- INCIC will deliver engagement events for Providers as required and directed by the Contracting Authority throughout the lifetime of the DPS. These events will fully explain the process and requirements of the DPS.

Further information: DPS eligibility criteria is set out at: https://www.incic.org.uk/about-plymouth-ee-dps/

The contracting authority considers that this contract may be suitable for economic operators that are Micro, Small or Medium Enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

*Call-off from this DPS is available for any other local authority, public sector body or educational establishment within the United Kingdom https://www.incic.org.uk/eligibility-criteria-eedps/ if required, although it should be noted that there is no obligation for any organisation referenced to use the DPS during its validity period. The DPS may also be utilised by private sector companies and Individuals , with the process is being managed by Independence Brokerage Services CIC on their behalf PCC.

VI.4) Procedures for review

VI.4.1) Review body

Independence Brokerage Services CIC

Chislehurst Business Centre, 1 Bromley Lane,

Chislehurst

BR7 6LH

UK

Telephone: +44 3003654050

E-mail: support@incic.org.uk

Internet address(es)

URL: https://www.incic.org.uk

VI.4.2) Body responsible for mediation procedures

Independence Brokerage Services CIC

Chislehurst Business Centre, 1 Bromley Lane,

Chislehurst

BR7 6LH

UK

Telephone: +44 3003654050

E-mail: support@incic.org.uk

Internet address(es)

URL: https://www.incic.org.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for review procedures:

At the point that information on the award of the contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within 3 months).

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

Plymouth City Council

Ballard House, West Hoe Road

Plymouth

PL1 3BJ

UK

Telephone: +44 1752304118

VI.5) Date of dispatch of this notice

12/02/2025

Coding

Commodity categories

ID Title Parent category
80400000 Adult and other education services Education and training services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
45223800 Assembly and erection of prefabricated structures Structures construction work
31158100 Battery chargers Chargers
45331110 Boiler installation work Heating, ventilation and air-conditioning installation work
42160000 Boiler installations Machinery for the production and use of mechanical power
44621200 Boilers Radiators and boilers
71315300 Building surveying services Building services
24112100 Carbon dioxide Inorganic oxygen compounds
45422000 Carpentry installation work Joinery and carpentry installation work
39715210 Central-heating equipment Water heaters and heating for buildings; plumbing equipment
44100000 Construction materials and associated items Construction structures and materials; auxiliary products to construction (except electric apparatus
45000000 Construction work Construction and Real Estate
45248000 Construction work for hydro-mechanical structures Construction work for water projects
45211000 Construction work for multi-dwelling buildings and individual houses Building construction work
44221200 Doors Windows, doors and related items
39715220 Electric heating resistors Water heaters and heating for buildings; plumbing equipment
34144900 Electric vehicles Special-purpose motor vehicles
45310000 Electrical installation work Building installation work
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment
45315300 Electricity supply installations Electrical installation work of heating and other electrical building-equipment
38551000 Energy meters Meters
71314300 Energy-efficiency consultancy services Energy and related services
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work
45262640 Environmental improvement works Special trade construction works other than roof works
90713000 Environmental issues consultancy services Environmental management
90720000 Environmental protection Environmental services
39714110 Extraction ventilators Ventilating or recycling hoods
39717100 Fans Fans and air-conditioning appliances
66170000 Financial consultancy, financial transaction processing and clearing-house services Banking and investment services
45441000 Glazing work Painting and glazing work
42511110 Heat pumps Heat-exchange units and machinery for liquefying air or other gases
42510000 Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery Cooling and ventilation equipment
44622100 Heat-recovery equipment Heat-recovery systems
44622000 Heat-recovery systems Central-heating radiators and boilers and parts
38930000 Humidity and moisture measuring instruments Miscellaneous evaluation or testing instruments
45251120 Hydro-electric plant construction work Construction works for power plants and heating plants
45320000 Insulation work Building installation work
71700000 Monitoring and control services Architectural, construction, engineering and inspection services
42522000 Non-domestic fans Ventilation equipment
45442100 Painting work Application work of protective coatings
42533000 Parts of heat pumps Parts of refrigerating and freezing equipment and heat pumps
42530000 Parts of refrigerating and freezing equipment and heat pumps Cooling and ventilation equipment
45410000 Plastering work Building completion work
45330000 Plumbing and sanitary works Building installation work
90740000 Pollutants tracking and monitoring and rehabilitation services Environmental services
45223810 Prefabricated constructions Structures construction work
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
31681500 Rechargers Electrical accessories
50000000 Repair and maintenance services Other Services
45261410 Roof insulation work Erection and related works of roof frames and coverings
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work
44221400 Shutters Windows, doors and related items
09331100 Solar collectors for heat production Solar panels
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
38126200 Solar radiation surface observing apparatus Surface observing apparatus
80510000 Specialist training services Training services
71355000 Surveying services Engineering-related scientific and technical services
45321000 Thermal insulation work Insulation work
03452000 Trees Tree-nursery products
31121320 Wind turbines Generating sets
44221100 Windows Windows, doors and related items

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:
nicola.turvey@plymouth.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.