Construction Contract Leads
United Kingdom
Category Services
Type
No. of Lots 32
Status Active
Published 18th Feb 2025
Reference | ocds-h6vhtk-038911 |
Common Procurement Vocabulary | Repair and maintenance services |
Procurement Method | Open procedure |
Value | £500,000,000 |
United Kingdom
Category Services
Type
No. of Lots 32
Status Active
Published 18th Feb 2025
Reference | ocds-h6vhtk-038911 |
Common Procurement Vocabulary | Repair and maintenance services |
Procurement Method | Open procedure |
Value | £500,000,000 |
Section I: Contracting authority
I.1) Name and addresses
Abri Group Limited
Collins House Bishopstoke Road Eastleigh
Hampshire
SO50 6AD
Contact
Sharon Hunt
gfp [at] echelonconsultancy.co.uk
Telephone
+44 01707339800
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
Abri
Internet address(es)
Main address
Buyer's address
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Greener Futures Partnership - Dynamic Purchasing System
Reference number
ECH1256
II.1.2) Main CPV code
- 50000000 - Repair and maintenance services
II.1.3) Type of contract
Services
II.1.4) Short description
Greener Futures Partnership (GFP) are procuring a National Dynamic Purchasing System (DPS) made up of suitably qualified Constructors, Consultants and Suppliers for the delivery of emerging Products, Services and Technology to provide practical and innovative solutions to the market in relation to Energy Efficiency, Retrofit and Decarbonisation.
This DPS will sit alongside their existing National Decarbonisation Delivery Framework managed by Pretium Frameworks Ltd.
II.1.5) Estimated total value
Value excluding VAT: £500,000,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
Energy Saving Products - Supply Only
Lot No
1
II.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 71314000 - Energy and related services
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
- 09300000 - Electricity, heating, solar and nuclear energy
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This lot is for the Supply Only of Energy Saving Products, such as Energy Recovery Systems, Cool Roof Systems, Variable frequency drives (VFDs), Power Efficient Relays, Energy-Efficient Motor Systems, Industrial Intelligent Power Supplies, Digital Industrial Internet of Things (IIoT) & Energy Management Software, Internal Under Door Bottom Draught Excluder, Energy and Solar Window Film, Door, Window and Chimney Draught Excluders, Radiator Reflectors, Loft Legs and other such products as they emerge and become available to the market.
Please note the above list is an example of products that may be provided and is not exhaustive.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Water Saving Products - Supply Only
Lot No
2
II.2.2) Additional CPV code(s)
- 39370000 - Water installations
- 65100000 - Water distribution and related services
- 71800000 - Consulting services for water-supply and waste consultancy
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This lot is for the Supply Only of Water Saving Products, such as Low-Flow Plumbing Fixtures, Brassware with Water Saving Features, 139 Litre Capacity Bath, Water Pressure Regulators, Hot Water Pipe Insulation, Irrigation Rain Sensors, Water Saving Aerators. Shower and Water Saving Regulators, Shower Volumising Devices, Water Save Adjustable or Fixed Shower Heads. Control Flow HL2024® or equivalent Water flow system and other such products as they emerge and become available to the market.
Please note the above list is an example of products that may be provided and is not exhaustive.
• Smart Water Monitoring Technology.
• Cistern Reduction Device.
• Urinal Flush Control Devices.
• Rainwater Harvesting Systems.
• Automated Meter Reading Technology (AMR).
• Water Conditioning Systems.
• Other Emerging Technology
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Insulation Services - Supply Only
Lot No
3a
II.2.2) Additional CPV code(s)
- 44112600 - Sound insulation
- 45261410 - Roof insulation work
- 45320000 - Insulation work
- 45321000 - Thermal insulation work
- 45323000 - Sound insulation work
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This lot is for the Supply Only of Insulations services, such as Loft Insulation, Cavity Wall Insulation, Underfloor Insulation, External Wall Insulation, Internal Wall Insulation, Flat Roof Insulation, Room in roof Insulation, Floor Insulation, Floor Insulation Solid, Hot Water Cylinder Insulation, Draughtproofing, Whole House Insulation and other such products as they emerge and become available to the market.
Please note the above list is an example of products that may be provided and is not exhaustive.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Insulation Services - Supply and Fit
Lot No
3b
II.2.2) Additional CPV code(s)
- 45261410 - Roof insulation work
- 45320000 - Insulation work
- 45321000 - Thermal insulation work
- 45323000 - Sound insulation work
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This lot is for the Supply and Fit of Insulations services, such as Loft Insulation, Cavity Wall Insulation, Underfloor Insulation, External Wall Insulation, Internal Wall Insulation, Flat Roof Insulation, Room in roof Insulation, Floor Insulation, Floor Insulation Solid, Hot Water Cylinder Insulation, Draughtproofing, Whole House Insulation and other such products as they emerge and become available to the market.
Please note the above list is an example of products and services that may be provided and is not exhaustive.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Heating Solutions - Supply Only
Lot No
4a
II.2.2) Additional CPV code(s)
- 09300000 - Electricity, heating, solar and nuclear energy
- 09323000 - District heating
- 39715000 - Water heaters and heating for buildings; plumbing equipment
- 39715200 - Heating equipment
- 39715210 - Central-heating equipment
- 39715240 - Electric space-heating apparatus
- 44115200 - Plumbing and heating materials
- 44115220 - Heating materials
- 44620000 - Central-heating radiators and boilers and parts
- 44621220 - Central-heating boilers
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This lot is for the Supply Only of Heating Solutions, such as; Air Source Heat Pumps, Ground Source Heat Pumps, Shared Ground Loops, District Heat Networks, Communal Heat Networks, High Temperature Heat Pumps, Hybrid Boilers, Condensing Boiler, Fan Assisted Storage Heaters, High Heat Retention Heaters, Infrared Panels, Heating Controls, Underfloor Heating, and other Energy Saving Solutions/products as they emerge and become available to the market.
Please note the above list is an example of products that may be provided and is not exhaustive.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Heating Solutions - Supply and Fit
Lot No
4b
II.2.2) Additional CPV code(s)
- 09300000 - Electricity, heating, solar and nuclear energy
- 09323000 - District heating
- 39715000 - Water heaters and heating for buildings; plumbing equipment
- 39715200 - Heating equipment
- 39715210 - Central-heating equipment
- 42515000 - District heating boiler
- 44115200 - Plumbing and heating materials
- 44115220 - Heating materials
- 44620000 - Central-heating radiators and boilers and parts
- 44621110 - Central-heating radiators
- 44621220 - Central-heating boilers
- 44621221 - Parts of central-heating boilers
- 45232141 - Heating works
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45331100 - Central-heating installation work
- 50720000 - Repair and maintenance services of central heating
- 50721000 - Commissioning of heating installations
- 71321200 - Heating-system design services
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This lot is for the Supply and Fit of Heating Solutions, such as; Air Source Heat Pumps, Ground Source Heat Pumps, Shared Ground Loops, District Heat Networks, Communal Heat Networks, High Temperature Heat Pumps, Hybrid Boilers, Condensing Boiler, Fan Assisted Storage Heaters, High Heat Retention Heaters, Infrared Panels, Heating Controls, Underfloor Heating, and other Energy Saving Solutions/products as they emerge and become available to the market.
Please note the above list is an example of products and services that may be provided and is not exhaustive.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Windows & Glazing Solutions - Supply Only
Lot No
5a
II.2.2) Additional CPV code(s)
- 45441000 - Glazing work
- 44221100 - Windows
- 44221120 - French windows
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This lot is for the Supply Only of Window and Glazing solutions, such as Double Glazed Windows, Triple Glazed Windows, Innovative Glazing, Conservatories, Secondary Glazed Windows and other innovative and emerging window and glazing solutions as they become available to the market.
Please note the above list is an example of products that may be provided and is not exhaustive.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Windows & Glazing Solutions - Supply and Fit
Lot No
5b
II.2.2) Additional CPV code(s)
- 44221100 - Windows
- 44221120 - French windows
- 45421132 - Installation of windows
- 45441000 - Glazing work
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This lot is for the Supply and Fit of Window and Glazing solutions, such as Double Glazed Windows, Triple Glazed Windows, Innovative Glazing, Conservatories, Secondary Glazed Windows and other innovative and emerging window and glazing solutions as they become available to the market.
Please note the above list is an example of products and services that may be provided and is not exhaustive.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Ventilation Solutions - Supply Only
Lot No
6a
II.2.2) Additional CPV code(s)
- 42520000 - Ventilation equipment
- 42500000 - Cooling and ventilation equipment
- 71321400 - Ventilation consultancy services
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This lot is for the Supply Only of Ventilation Solutions, such as Mechanical Extractor Fans – (DMEV & DCV), Mechanical and Ventilation Heat Recovery System (MVHR), Intermittent Extract Ventilation (IEV), Centralised Mechanical Extract Ventilation (CMEV), Passive Ventilation (Natural Ventilation), Passive Ventilation with Heat Recovery (PVHR™), Positive Input Ventilation (PIV), Air to Air Heat Exchange Ventilation and other innovative and emerging ventilation solutions as they become available to the market.
Please note the above list is an example of products that may be provided and is not exhaustive.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Ventilation Solutions - Supply and Fit
Lot No
6b
II.2.2) Additional CPV code(s)
- 45331210 - Ventilation installation work
- 42500000 - Cooling and ventilation equipment
- 42520000 - Ventilation equipment
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45331200 - Ventilation and air-conditioning installation work
- 45331211 - Outdoor ventilation installation work
- 71315410 - Inspection of ventilation system
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This lot is for the Supply and Fit of Ventilation Solutions, such as Mechanical Extractor Fans – (DMEV & DCV), Mechanical and Ventilation Heat Recovery System (MVHR), Intermittent Extract Ventilation (IEV), Centralised Mechanical Extract Ventilation (CMEV), Passive Ventilation (Natural Ventilation), Passive Ventilation with Heat Recovery (PVHR™), Positive Input Ventilation (PIV), Air to Air Heat Exchange Ventilation and other innovative and emerging ventilation solutions as they become available to the market.
Please note the above list is an example of products and services that may be provided and is not exhaustive.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Lighting Solutions - Supply Only
Lot No
7a
II.2.2) Additional CPV code(s)
- 31527260 - Lighting systems
- 31500000 - Lighting equipment and electric lamps
- 31518200 - Emergency lighting equipment
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This lot is for the Supply Only of Lighting Solutions such as, Domestic Lighting, Communal Lighting, Emergency Lighting, Internal and External Commercial Lighting, Estate Lighting, Street Lighting, Automated Lighting Systems, Solar Powered Lighting, Industrial Lighting and other innovative and emerging lighting solutions as they become available to the market.
Please note the above list is an example of products that may be provided and is not exhaustive.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Lighting Solutions - Supply and Fit
Lot No
7b
II.2.2) Additional CPV code(s)
- 31500000 - Lighting equipment and electric lamps
- 31518200 - Emergency lighting equipment
- 31527260 - Lighting systems
- 31530000 - Parts of lamps and lighting equipment
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This lot is for the Supply and Fit of Lighting solutions such as Domestic Lighting, Communal Lighting, Emergency Lighting, Internal and External Commercial Lighting, Estate Lighting, Street Lighting, Automated Lighting Systems, Solar Powered Lighting, Industrial Lighting and other innovative and emerging lighting solutions as they become available to the market.
Please note the above list is an example of products and services that may be provided and is not exhaustive.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Energy Generating Solutions
Lot No
8
II.2.2) Additional CPV code(s)
- 09300000 - Electricity, heating, solar and nuclear energy
- 09330000 - Solar energy
- 31121300 - Wind-energy generators
- 65400000 - Other sources of energy supplies and distribution
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This lot is for the Supply and Fit of Energy Generating Solutions such as Solar Photovoltaics Systems, Solar Thermal Systems, Wind Powered Systems, Hydroelectricity Generation Systems, Biomass Systems, Combined Heat & Power (CHP), Trigeneration (Combined Cooling, Heat and Power (CCHP) Single Source), Combined Cycle Gas Turbine (CCGT) Systems, Absorption Chiller Systems, Waste Heat Recovery Unit (WHRU), Organic Rankine Cycle (ORC) Systems, Geothermal Energy Systems and other innovative and emerging energy generating solutions as they become available to the market.
Please note the above list is an example of products that may be provided and is not exhaustive.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
EV Charging Systems - Supply and Fit
Lot No
9
II.2.2) Additional CPV code(s)
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 31158000 - Chargers
- 31158100 - Battery chargers
- 72220000 - Systems and technical consultancy services
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This lot is for the supply and fit of Electrical Vehicle (EV) Charging Supply and/or Supply and Fit, Electrical Vehicle (EV) Consultancy, Electrical Vehicle (EV) Charging Maintenance and other innovative and emerging EV charging solutions as they become available to the market.
Please note the above list is an example of products and services that may be provided and is not exhaustive.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Energy Storage Solutions - Supply only
Lot No
10a
II.2.2) Additional CPV code(s)
- 31158100 - Battery chargers
- 31422000 - Battery packs
- 09300000 - Electricity, heating, solar and nuclear energy
- 71314000 - Energy and related services
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
- 09330000 - Solar energy
- 31121300 - Wind-energy generators
- 65400000 - Other sources of energy supplies and distribution
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This lot is for the supply only of Energy Storage Solutions such as Domestic Battery Energy Storage System, Commercial Battery Energy Storage System (BESS), Industrial Battery Energy Storage System, Pumped Hydro Energy Storage Systems, Thermal Storage Systems, Latent Heat Storage Systems, Waste Heat Recovery Solutions (WHRS), Battery Management System (BMS) and other innovative and emerging energy storage solutions solutions as they become available to the market.
Please note the above list is an example of products that may be provided and is not exhaustive.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Energy Storage Solutions - Supply and Fit
Lot No
10b
II.2.2) Additional CPV code(s)
- 09300000 - Electricity, heating, solar and nuclear energy
- 09330000 - Solar energy
- 31121300 - Wind-energy generators
- 65400000 - Other sources of energy supplies and distribution
- 71314000 - Energy and related services
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This lot is for the supply and fit of Domestic Battery Energy Storage System, Commercial Battery Energy Storage System (BESS), Industrial Battery Energy Storage System, Pumped Hydro Energy Storage Systems, Thermal Storage Systems, Latent Heat Storage Systems, Waste Heat Recovery Solutions (WHRS), Battery Management System (BMS) and other innovative and emerging energy storage solutions solutions as they become available to the market.
Please note the above list is an example of products and services that may be provided and is not exhaustive.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Whole House Solutions - North East England
Lot No
11a
II.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 09300000 - Electricity, heating, solar and nuclear energy
- 09323000 - District heating
- 31121300 - Wind-energy generators
- 31158000 - Chargers
- 31158100 - Battery chargers
- 31500000 - Lighting equipment and electric lamps
- 31518200 - Emergency lighting equipment
- 31527200 - Exterior lights
- 31527260 - Lighting systems
- 31530000 - Parts of lamps and lighting equipment
- 39370000 - Water installations
- 39715000 - Water heaters and heating for buildings; plumbing equipment
- 39715200 - Heating equipment
- 39715210 - Central-heating equipment
- 39715240 - Electric space-heating apparatus
- 42500000 - Cooling and ventilation equipment
- 42520000 - Ventilation equipment
- 44112600 - Sound insulation
- 44115200 - Plumbing and heating materials
- 44221100 - Windows
- 44221120 - French windows
- 44620000 - Central-heating radiators and boilers and parts
- 44621000 - Radiators and boilers
- 44621110 - Central-heating radiators
- 44621220 - Central-heating boilers
- 44621221 - Parts of central-heating boilers
- 45232141 - Heating works
- 45261410 - Roof insulation work
- 45320000 - Insulation work
- 45321000 - Thermal insulation work
- 45323000 - Sound insulation work
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45331100 - Central-heating installation work
- 45331200 - Ventilation and air-conditioning installation work
- 45331210 - Ventilation installation work
- 45331211 - Outdoor ventilation installation work
- 45421132 - Installation of windows
- 45441000 - Glazing work
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50720000 - Repair and maintenance services of central heating
- 50721000 - Commissioning of heating installations
- 65100000 - Water distribution and related services
- 65400000 - Other sources of energy supplies and distribution
- 71314000 - Energy and related services
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
- 71315410 - Inspection of ventilation system
- 71321200 - Heating-system design services
- 71321400 - Ventilation consultancy services
- 71800000 - Consulting services for water-supply and waste consultancy
- 72220000 - Systems and technical consultancy services
II.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
- UKC - North East (England)
Main site or place of performance
North East England
II.2.4) Description of the procurement
This Lot is intended to be a 'turnkey' solution for one DPS Supplier to carry out multiple workstreams in properties in the North East of England, in accordance with legislative, regulatory, the relevant current/emerging Standards and current/emerging Building Regulations covering carbon reduction, retro fit, whole house and regeneration projects which will include, but not be limited to the scope of work covered by lots 1 to 10b of this DPS.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Whole House Solutions - North West England
Lot No
11b
II.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 09300000 - Electricity, heating, solar and nuclear energy
- 09323000 - District heating
- 31158000 - Chargers
- 31158100 - Battery chargers
- 31422000 - Battery packs
- 31500000 - Lighting equipment and electric lamps
- 31518200 - Emergency lighting equipment
- 31527200 - Exterior lights
- 31527260 - Lighting systems
- 31530000 - Parts of lamps and lighting equipment
- 39370000 - Water installations
- 39715000 - Water heaters and heating for buildings; plumbing equipment
- 39715200 - Heating equipment
- 39715210 - Central-heating equipment
- 39715240 - Electric space-heating apparatus
- 42500000 - Cooling and ventilation equipment
- 42520000 - Ventilation equipment
- 44112600 - Sound insulation
- 44115200 - Plumbing and heating materials
- 44221100 - Windows
- 44221120 - French windows
- 44620000 - Central-heating radiators and boilers and parts
- 44621100 - Radiators
- 44621110 - Central-heating radiators
- 44621210 - Water boilers
- 44621220 - Central-heating boilers
- 44621221 - Parts of central-heating boilers
- 45232141 - Heating works
- 45261410 - Roof insulation work
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 45320000 - Insulation work
- 45321000 - Thermal insulation work
- 45323000 - Sound insulation work
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45331110 - Boiler installation work
- 45331200 - Ventilation and air-conditioning installation work
- 45331210 - Ventilation installation work
- 45421132 - Installation of windows
- 45441000 - Glazing work
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50720000 - Repair and maintenance services of central heating
- 50721000 - Commissioning of heating installations
- 65100000 - Water distribution and related services
- 65400000 - Other sources of energy supplies and distribution
- 71314000 - Energy and related services
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
- 71315410 - Inspection of ventilation system
- 71321200 - Heating-system design services
- 71321400 - Ventilation consultancy services
- 71800000 - Consulting services for water-supply and waste consultancy
- 72220000 - Systems and technical consultancy services
II.2.3) Place of performance
NUTS codes
- UKD - North West (England)
- UK - United Kingdom
II.2.4) Description of the procurement
This Lot is intended to be a 'turnkey' solution for one DPS Supplier to carry out multiple workstreams in properties in the North West of England, in accordance with legislative, regulatory, the relevant current/emerging Standards and current/emerging Building Regulations covering carbon reduction, retro fit, whole house and regeneration projects which will include, but not be limited to the scope of work covered by lots 1 to 10b of this DPS.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Whole House Solutions - Wales
Lot No
11c
II.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 09300000 - Electricity, heating, solar and nuclear energy
- 09323000 - District heating
- 31121300 - Wind-energy generators
- 31158000 - Chargers
- 31158100 - Battery chargers
- 31422000 - Battery packs
- 31500000 - Lighting equipment and electric lamps
- 31518200 - Emergency lighting equipment
- 31527200 - Exterior lights
- 31527260 - Lighting systems
- 31530000 - Parts of lamps and lighting equipment
- 39370000 - Water installations
- 39715000 - Water heaters and heating for buildings; plumbing equipment
- 39715200 - Heating equipment
- 39715240 - Electric space-heating apparatus
- 42500000 - Cooling and ventilation equipment
- 42520000 - Ventilation equipment
- 44112600 - Sound insulation
- 44115200 - Plumbing and heating materials
- 44221100 - Windows
- 44221120 - French windows
- 44620000 - Central-heating radiators and boilers and parts
- 44621000 - Radiators and boilers
- 44621100 - Radiators
- 44621110 - Central-heating radiators
- 44621200 - Boilers
- 44621220 - Central-heating boilers
- 44621221 - Parts of central-heating boilers
- 45232141 - Heating works
- 45261410 - Roof insulation work
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 45320000 - Insulation work
- 45321000 - Thermal insulation work
- 45323000 - Sound insulation work
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45331100 - Central-heating installation work
- 45331200 - Ventilation and air-conditioning installation work
- 45331210 - Ventilation installation work
- 45331211 - Outdoor ventilation installation work
- 45421132 - Installation of windows
- 45441000 - Glazing work
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50720000 - Repair and maintenance services of central heating
- 50721000 - Commissioning of heating installations
- 65100000 - Water distribution and related services
- 65400000 - Other sources of energy supplies and distribution
- 71314000 - Energy and related services
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
- 71315410 - Inspection of ventilation system
- 71321200 - Heating-system design services
- 71321400 - Ventilation consultancy services
- 71800000 - Consulting services for water-supply and waste consultancy
- 72220000 - Systems and technical consultancy services
II.2.3) Place of performance
NUTS codes
- UKL - Wales
- UK - United Kingdom
Main site or place of performance
Wales
II.2.4) Description of the procurement
This Lot is intended to be a 'turnkey' solution for one DPS Supplier to carry out multiple workstreams in properties in Wales, in accordance with legislative, regulatory, the relevant current/emerging Standards and current/emerging Building Regulations covering carbon reduction, retro fit, whole house and regeneration projects which will include, but not be limited to the scope of work covered by lots 1 to 10b of this DPS.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Whole House Solutions - East Midlands
Lot No
11d
II.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 09300000 - Electricity, heating, solar and nuclear energy
- 09323000 - District heating
- 31121300 - Wind-energy generators
- 31158000 - Chargers
- 31158100 - Battery chargers
- 31422000 - Battery packs
- 31500000 - Lighting equipment and electric lamps
- 31518200 - Emergency lighting equipment
- 31527200 - Exterior lights
- 31527260 - Lighting systems
- 31530000 - Parts of lamps and lighting equipment
- 39370000 - Water installations
- 39715000 - Water heaters and heating for buildings; plumbing equipment
- 39715200 - Heating equipment
- 39715210 - Central-heating equipment
- 39715240 - Electric space-heating apparatus
- 42500000 - Cooling and ventilation equipment
- 42520000 - Ventilation equipment
- 44112600 - Sound insulation
- 44115200 - Plumbing and heating materials
- 44221100 - Windows
- 44221120 - French windows
- 44620000 - Central-heating radiators and boilers and parts
- 44621000 - Radiators and boilers
- 44621100 - Radiators
- 44621110 - Central-heating radiators
- 44621200 - Boilers
- 44621210 - Water boilers
- 44621220 - Central-heating boilers
- 44622000 - Heat-recovery systems
- 44622100 - Heat-recovery equipment
- 45232141 - Heating works
- 45261410 - Roof insulation work
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 45320000 - Insulation work
- 45321000 - Thermal insulation work
- 45323000 - Sound insulation work
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45331100 - Central-heating installation work
- 45331200 - Ventilation and air-conditioning installation work
- 45331210 - Ventilation installation work
- 45421132 - Installation of windows
- 45441000 - Glazing work
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50720000 - Repair and maintenance services of central heating
- 50721000 - Commissioning of heating installations
- 65110000 - Water distribution
- 65400000 - Other sources of energy supplies and distribution
- 71314000 - Energy and related services
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
- 71315410 - Inspection of ventilation system
- 71321200 - Heating-system design services
- 71321400 - Ventilation consultancy services
- 71800000 - Consulting services for water-supply and waste consultancy
- 72220000 - Systems and technical consultancy services
II.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UK - United Kingdom
II.2.4) Description of the procurement
This Lot is intended to be a 'turnkey' solution for one DPS Supplier to carry out multiple workstreams in properties the East Midlands, in accordance with legislative, regulatory, the relevant current/emerging Standards and current/emerging Building Regulations covering carbon reduction, retro fit, whole house and regeneration projects which will include, but not be limited to the scope of work covered by lots 1 to 10b of this DPS.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Whole House Solutions - West Midlands
Lot No
11e
II.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 09300000 - Electricity, heating, solar and nuclear energy
- 09323000 - District heating
- 31121300 - Wind-energy generators
- 31158000 - Chargers
- 31158100 - Battery chargers
- 31422000 - Battery packs
- 31500000 - Lighting equipment and electric lamps
- 31518200 - Emergency lighting equipment
- 31527200 - Exterior lights
- 31527260 - Lighting systems
- 39370000 - Water installations
- 39715000 - Water heaters and heating for buildings; plumbing equipment
- 39715200 - Heating equipment
- 39715210 - Central-heating equipment
- 39715240 - Electric space-heating apparatus
- 42500000 - Cooling and ventilation equipment
- 42520000 - Ventilation equipment
- 44112600 - Sound insulation
- 44115200 - Plumbing and heating materials
- 44221100 - Windows
- 44221120 - French windows
- 44620000 - Central-heating radiators and boilers and parts
- 44621000 - Radiators and boilers
- 44621100 - Radiators
- 44621110 - Central-heating radiators
- 44621200 - Boilers
- 44621210 - Water boilers
- 44621220 - Central-heating boilers
- 44621221 - Parts of central-heating boilers
- 44622000 - Heat-recovery systems
- 44622100 - Heat-recovery equipment
- 45232141 - Heating works
- 45261410 - Roof insulation work
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 45320000 - Insulation work
- 45321000 - Thermal insulation work
- 45323000 - Sound insulation work
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45331100 - Central-heating installation work
- 45331110 - Boiler installation work
- 45331200 - Ventilation and air-conditioning installation work
- 45331210 - Ventilation installation work
- 45421132 - Installation of windows
- 45441000 - Glazing work
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50720000 - Repair and maintenance services of central heating
- 50721000 - Commissioning of heating installations
- 65110000 - Water distribution
- 65400000 - Other sources of energy supplies and distribution
- 71314000 - Energy and related services
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
- 71315410 - Inspection of ventilation system
- 71321200 - Heating-system design services
- 71321400 - Ventilation consultancy services
- 71800000 - Consulting services for water-supply and waste consultancy
- 72220000 - Systems and technical consultancy services
II.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
- UK - United Kingdom
Main site or place of performance
West Midlands
II.2.4) Description of the procurement
This Lot is intended to be a 'turnkey' solution for one DPS Supplier to carry out multiple workstreams in properties in the West Midlands, in accordance with legislative, regulatory, the relevant current/emerging Standards and current/emerging Building Regulations covering carbon reduction, retro fit, whole house and regeneration projects which will include, but not be limited to the scope of work covered by lots 1 to 10b of this DPS.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Whole House Solutions - South West
Lot No
11f
II.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 09300000 - Electricity, heating, solar and nuclear energy
- 09323000 - District heating
- 31121300 - Wind-energy generators
- 31158000 - Chargers
- 31158100 - Battery chargers
- 31422000 - Battery packs
- 31500000 - Lighting equipment and electric lamps
- 31518200 - Emergency lighting equipment
- 31527200 - Exterior lights
- 31527260 - Lighting systems
- 31530000 - Parts of lamps and lighting equipment
- 39370000 - Water installations
- 39715000 - Water heaters and heating for buildings; plumbing equipment
- 39715200 - Heating equipment
- 39715210 - Central-heating equipment
- 39715240 - Electric space-heating apparatus
- 42500000 - Cooling and ventilation equipment
- 42520000 - Ventilation equipment
- 44112600 - Sound insulation
- 44115200 - Plumbing and heating materials
- 44221100 - Windows
- 44221120 - French windows
- 44620000 - Central-heating radiators and boilers and parts
- 44621000 - Radiators and boilers
- 44621100 - Radiators
- 44621110 - Central-heating radiators
- 44621200 - Boilers
- 44621210 - Water boilers
- 44621220 - Central-heating boilers
- 44621221 - Parts of central-heating boilers
- 44622000 - Heat-recovery systems
- 44622100 - Heat-recovery equipment
- 45232141 - Heating works
- 45261410 - Roof insulation work
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 45320000 - Insulation work
- 45321000 - Thermal insulation work
- 45323000 - Sound insulation work
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45331100 - Central-heating installation work
- 45331110 - Boiler installation work
- 45331200 - Ventilation and air-conditioning installation work
- 45421132 - Installation of windows
- 45441000 - Glazing work
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50720000 - Repair and maintenance services of central heating
- 50721000 - Commissioning of heating installations
- 65100000 - Water distribution and related services
- 65400000 - Other sources of energy supplies and distribution
- 71314000 - Energy and related services
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
- 71315410 - Inspection of ventilation system
- 71321200 - Heating-system design services
- 71321400 - Ventilation consultancy services
- 71800000 - Consulting services for water-supply and waste consultancy
- 72220000 - Systems and technical consultancy services
II.2.3) Place of performance
NUTS codes
- UKK - South West (England)
- UK - United Kingdom
Main site or place of performance
South West England
II.2.4) Description of the procurement
This Lot is intended to be a 'turnkey' solution for one DPS Supplier to carry out multiple workstreams in properties in the South West of England, in accordance with legislative, regulatory, the relevant current/emerging Standards and current/emerging Building Regulations covering carbon reduction, retro fit, whole house and regeneration projects which will include, but not be limited to the scope of work covered by lots 1 to 10b of this DPS.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Whole House Solution - East of England
Lot No
11g
II.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 09300000 - Electricity, heating, solar and nuclear energy
- 09323000 - District heating
- 31121300 - Wind-energy generators
- 31158100 - Battery chargers
- 31422000 - Battery packs
- 31500000 - Lighting equipment and electric lamps
- 31518200 - Emergency lighting equipment
- 31527200 - Exterior lights
- 31527260 - Lighting systems
- 31530000 - Parts of lamps and lighting equipment
- 39370000 - Water installations
- 39715000 - Water heaters and heating for buildings; plumbing equipment
- 39715200 - Heating equipment
- 39715210 - Central-heating equipment
- 39715240 - Electric space-heating apparatus
- 42500000 - Cooling and ventilation equipment
- 42520000 - Ventilation equipment
- 44112600 - Sound insulation
- 44115200 - Plumbing and heating materials
- 44221100 - Windows
- 44221120 - French windows
- 44620000 - Central-heating radiators and boilers and parts
- 44621000 - Radiators and boilers
- 44621100 - Radiators
- 44621110 - Central-heating radiators
- 44621200 - Boilers
- 44621210 - Water boilers
- 44621220 - Central-heating boilers
- 44621221 - Parts of central-heating boilers
- 44622000 - Heat-recovery systems
- 44622100 - Heat-recovery equipment
- 45232141 - Heating works
- 45261410 - Roof insulation work
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 45320000 - Insulation work
- 45321000 - Thermal insulation work
- 45323000 - Sound insulation work
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45331100 - Central-heating installation work
- 45331110 - Boiler installation work
- 45331200 - Ventilation and air-conditioning installation work
- 45331210 - Ventilation installation work
- 45421132 - Installation of windows
- 45441000 - Glazing work
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50720000 - Repair and maintenance services of central heating
- 50721000 - Commissioning of heating installations
- 65100000 - Water distribution and related services
- 65400000 - Other sources of energy supplies and distribution
- 71314000 - Energy and related services
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
- 71315410 - Inspection of ventilation system
- 71321200 - Heating-system design services
- 71321400 - Ventilation consultancy services
- 71800000 - Consulting services for water-supply and waste consultancy
- 72220000 - Systems and technical consultancy services
II.2.3) Place of performance
NUTS codes
- UKH - East of England
- UK - United Kingdom
II.2.4) Description of the procurement
This Lot is intended to be a 'turnkey' solution for one DPS Supplier to carry out multiple workstreams in properties in the East of England, in accordance with legislative, regulatory, the relevant current/emerging Standards and current/emerging Building Regulations covering carbon reduction, retro fit, whole house and regeneration projects which will include, but not be limited to the scope of work covered by lots 1 to 10b of this DPS.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Whole House Solutions - South East
Lot No
11h
II.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 09300000 - Electricity, heating, solar and nuclear energy
- 09323000 - District heating
- 31121300 - Wind-energy generators
- 31158000 - Chargers
- 31158100 - Battery chargers
- 31422000 - Battery packs
- 31500000 - Lighting equipment and electric lamps
- 31518200 - Emergency lighting equipment
- 31527200 - Exterior lights
- 31527260 - Lighting systems
- 31530000 - Parts of lamps and lighting equipment
- 39370000 - Water installations
- 39715000 - Water heaters and heating for buildings; plumbing equipment
- 39715200 - Heating equipment
- 39715210 - Central-heating equipment
- 39715240 - Electric space-heating apparatus
- 42500000 - Cooling and ventilation equipment
- 42520000 - Ventilation equipment
- 44112600 - Sound insulation
- 44115200 - Plumbing and heating materials
- 44221100 - Windows
- 44221120 - French windows
- 44620000 - Central-heating radiators and boilers and parts
- 44621000 - Radiators and boilers
- 44621100 - Radiators
- 44621110 - Central-heating radiators
- 44621112 - Parts of central-heating radiators
- 44621200 - Boilers
- 44621210 - Water boilers
- 44621220 - Central-heating boilers
- 44622000 - Heat-recovery systems
- 44622100 - Heat-recovery equipment
- 45232141 - Heating works
- 45261410 - Roof insulation work
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 45320000 - Insulation work
- 45321000 - Thermal insulation work
- 45323000 - Sound insulation work
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45331100 - Central-heating installation work
- 45331110 - Boiler installation work
- 45331210 - Ventilation installation work
- 45421132 - Installation of windows
- 45441000 - Glazing work
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50720000 - Repair and maintenance services of central heating
- 50721000 - Commissioning of heating installations
- 65110000 - Water distribution
- 65400000 - Other sources of energy supplies and distribution
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
- 71315410 - Inspection of ventilation system
- 71321200 - Heating-system design services
- 71321400 - Ventilation consultancy services
- 71800000 - Consulting services for water-supply and waste consultancy
- 72220000 - Systems and technical consultancy services
II.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
- UK - United Kingdom
Main site or place of performance
South East England
II.2.4) Description of the procurement
This Lot is intended to be a 'turnkey' solution for one DPS Supplier to carry out multiple workstreams in properties in the South East of England, in accordance with legislative, regulatory, the relevant current/emerging Standards and current/emerging Building Regulations covering carbon reduction, retro fit, whole house and regeneration projects which will include, but not be limited to the scope of work covered by lots 1 to 10b of this DPS.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Whole House Solutions - Greater London
Lot No
11i
II.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 09300000 - Electricity, heating, solar and nuclear energy
- 09323000 - District heating
- 31121300 - Wind-energy generators
- 31158000 - Chargers
- 31158100 - Battery chargers
- 31422000 - Battery packs
- 31500000 - Lighting equipment and electric lamps
- 31518200 - Emergency lighting equipment
- 31527200 - Exterior lights
- 31527260 - Lighting systems
- 31530000 - Parts of lamps and lighting equipment
- 39370000 - Water installations
- 39715000 - Water heaters and heating for buildings; plumbing equipment
- 39715200 - Heating equipment
- 39715210 - Central-heating equipment
- 39715240 - Electric space-heating apparatus
- 42500000 - Cooling and ventilation equipment
- 42520000 - Ventilation equipment
- 44112600 - Sound insulation
- 44115200 - Plumbing and heating materials
- 44221100 - Windows
- 44221120 - French windows
- 44620000 - Central-heating radiators and boilers and parts
- 44621100 - Radiators
- 44621110 - Central-heating radiators
- 44621112 - Parts of central-heating radiators
- 44621200 - Boilers
- 44621210 - Water boilers
- 44621220 - Central-heating boilers
- 44621221 - Parts of central-heating boilers
- 44622000 - Heat-recovery systems
- 44622100 - Heat-recovery equipment
- 45232141 - Heating works
- 45261410 - Roof insulation work
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 45320000 - Insulation work
- 45321000 - Thermal insulation work
- 45323000 - Sound insulation work
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45331100 - Central-heating installation work
- 45331110 - Boiler installation work
- 45331200 - Ventilation and air-conditioning installation work
- 45331210 - Ventilation installation work
- 45421132 - Installation of windows
- 45441000 - Glazing work
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50720000 - Repair and maintenance services of central heating
- 50721000 - Commissioning of heating installations
- 65100000 - Water distribution and related services
- 65400000 - Other sources of energy supplies and distribution
- 71314300 - Energy-efficiency consultancy services
- 71315410 - Inspection of ventilation system
- 71321200 - Heating-system design services
- 71321400 - Ventilation consultancy services
- 71800000 - Consulting services for water-supply and waste consultancy
- 72220000 - Systems and technical consultancy services
II.2.3) Place of performance
NUTS codes
- UKI - London
- UK - United Kingdom
Main site or place of performance
Greater London
II.2.4) Description of the procurement
This Lot is intended to be a 'turnkey' solution for one DPS Supplier to carry out multiple workstreams in properties in Greater London, in accordance with legislative, regulatory, the relevant current/emerging Standards and current/emerging Building Regulations covering carbon reduction, retro fit, whole house and regeneration projects which will include, but not be limited to the scope of work covered by lots 1 to 10b of this DPS.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Whole House Solutions - National
Lot No
11j
II.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 09300000 - Electricity, heating, solar and nuclear energy
- 09323000 - District heating
- 31121300 - Wind-energy generators
- 31158000 - Chargers
- 31158100 - Battery chargers
- 31422000 - Battery packs
- 31500000 - Lighting equipment and electric lamps
- 31518200 - Emergency lighting equipment
- 31527200 - Exterior lights
- 31527260 - Lighting systems
- 31530000 - Parts of lamps and lighting equipment
- 39370000 - Water installations
- 39715000 - Water heaters and heating for buildings; plumbing equipment
- 39715200 - Heating equipment
- 39715210 - Central-heating equipment
- 39715240 - Electric space-heating apparatus
- 42500000 - Cooling and ventilation equipment
- 42520000 - Ventilation equipment
- 44112600 - Sound insulation
- 44115200 - Plumbing and heating materials
- 44221100 - Windows
- 44221120 - French windows
- 44620000 - Central-heating radiators and boilers and parts
- 44621110 - Central-heating radiators
- 44621112 - Parts of central-heating radiators
- 44621200 - Boilers
- 44621210 - Water boilers
- 44621220 - Central-heating boilers
- 44621221 - Parts of central-heating boilers
- 44622000 - Heat-recovery systems
- 44622100 - Heat-recovery equipment
- 45232141 - Heating works
- 45261410 - Roof insulation work
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 45320000 - Insulation work
- 45321000 - Thermal insulation work
- 45323000 - Sound insulation work
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45331100 - Central-heating installation work
- 45331200 - Ventilation and air-conditioning installation work
- 45331210 - Ventilation installation work
- 45421132 - Installation of windows
- 45441000 - Glazing work
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50720000 - Repair and maintenance services of central heating
- 50721000 - Commissioning of heating installations
- 65100000 - Water distribution and related services
- 65400000 - Other sources of energy supplies and distribution
- 71314000 - Energy and related services
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
- 71315410 - Inspection of ventilation system
- 71321200 - Heating-system design services
- 71321400 - Ventilation consultancy services
- 71800000 - Consulting services for water-supply and waste consultancy
- 72220000 - Systems and technical consultancy services
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
II.2.4) Description of the procurement
This Lot is intended to be a 'turnkey' solution for one DPS Supplier to carry out multiple workstreams in properties nationally across the whole country, in accordance with legislative, regulatory, the relevant current/emerging Standards and current/emerging Building Regulations covering carbon reduction, retro fit, whole house and regeneration projects which will include, but not be limited to the scope of work covered by lots 1 to 10b of this DPS.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Systems, IT Products and Services - Supply Only
Lot No
12a
II.2.2) Additional CPV code(s)
- 72222300 - Information technology services
- 48000000 - Software package and information systems
- 48100000 - Industry specific software package
- 48440000 - Financial analysis and accounting software package
- 48482000 - Business intelligence software package
- 48490000 - Procurement software package
- 48517000 - IT software package
- 48900000 - Miscellaneous software package and computer systems
- 48931000 - Training software package
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This lot is for the Supply of Systems, IT Products and Services, including innovative and emerging Systems, IT Products and Services as they become available to the market.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Systems, IT Products and Services - Supply, Integration and Ongoing Support
Lot No
12b
II.2.2) Additional CPV code(s)
- 72222300 - Information technology services
- 72223000 - Information technology requirements review services
- 72267100 - Maintenance of information technology software
- 48000000 - Software package and information systems
- 48100000 - Industry specific software package
- 48440000 - Financial analysis and accounting software package
- 48482000 - Business intelligence software package
- 48490000 - Procurement software package
- 48517000 - IT software package
- 48900000 - Miscellaneous software package and computer systems
- 48931000 - Training software package
- 51000000 - Installation services (except software)
- 72000000 - IT services: consulting, software development, Internet and support
- 72200000 - Software programming and consultancy services
- 72210000 - Programming services of packaged software products
- 72212000 - Programming services of application software
- 72212100 - Industry specific software development services
- 72212200 - Networking, Internet and intranet software development services
- 72212311 - Document management software development services
- 72212331 - Project management software development services
- 72212332 - Scheduling software development services
- 72212440 - Financial analysis and accounting software development services
- 72212441 - Financial analysis software development services
- 72212445 - Customer Relation Management software development services
- 72212482 - Business intelligence software development services
- 72212490 - Procurement software development services
- 72212517 - IT software development services
- 72212670 - Real time operating system software development services
- 72212732 - Data security software development services
- 72212931 - Training software development services
- 72212983 - Development software development services
- 72260000 - Software-related services
- 72261000 - Software support services
- 72262000 - Software development services
- 72263000 - Software implementation services
- 72265000 - Software configuration services
- 72266000 - Software consultancy services
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This lot is for the Supply, Integration and ongoing support of Systems, IT Products and Services, including innovative and emerging Systems, IT Products and Services as they become available to the market.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Training and Education - Sustainable Solutions
Lot No
13
II.2.2) Additional CPV code(s)
- 80500000 - Training services
- 80510000 - Specialist training services
- 80511000 - Staff training services
- 80531000 - Industrial and technical training services
- 80531100 - Industrial training services
- 80531200 - Technical training services
- 80532000 - Management training services
- 80540000 - Environmental training services
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This lot is for the provision of training and education - sustainable solutions, in accordance with manufacturer recommendations, legislative, regulatory, the relevant current/emerging Standards and current/emerging Building Regulations, which may include, but not be limited to the following; General Resident Training and Awareness, Clients, Contractor, Operative Training and Awareness, Use, Installation and Maintenance, Products and Materials, Methods of Working, Methods of Constructions, Design, Technical Surveys and Assessments, Monitoring and Reporting, Health and Safety, Technology, Care and Support, Standards, Regulations and Legislation and any other training as a result of emerging Standards, Regulations and Legislation as required.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Emerging Products - Supply only
Lot No
14a
II.2.2) Additional CPV code(s)
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 44140000 - Products related to construction materials
- 09000000 - Petroleum products, fuel, electricity and other sources of energy
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This lot is intended for the supply only of emerging products in relation to construction, retrofit, carbon reduction and the like. Given the unknown nature of the products that may be emerging through the period of the DPS, the list below provides examples, but is not exhaustive: Recycled Bricks e.g. K-Briq, Wool Bricks, ParblexTM (Chip[s] Board), Hemp Rebar, Super-Strong Plastic (Alternative to Steel), Carbon-fibre Reinforced Concrete, Composite Construction Products, Biochar Cladding e.g. HexChar, CarbiCrete Concrete Masonry Units (CMU’s), Hydro Ceramics (Clay Panels), Wastepaper Construction Board, Power Generating Glass, Green Hydrogen, Advanced Solar Technologies, Bio-Energy and any other products as they emerge to the market.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Emerging Products - Supply and Fit
Lot No
14b
II.2.2) Additional CPV code(s)
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 44140000 - Products related to construction materials
- 09000000 - Petroleum products, fuel, electricity and other sources of energy
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This lot is intended for the supply and fit of emerging products in relation to construction, retrofit, carbon reduction and the like. Given the unknown nature of the products that may be emerging through the period of the DPS, the list below provides examples, but is not exhaustive: Recycled Bricks e.g. K-Briq, Wool Bricks, ParblexTM (Chip[s] Board), Hemp Rebar, Super-Strong Plastic (Alternative to Steel), Carbon-fibre Reinforced Concrete, Composite Construction Products, Biochar Cladding e.g. HexChar, CarbiCrete Concrete Masonry Units (CMU’s), Hydro Ceramics (Clay Panels), Wastepaper Construction Board, Power Generating Glass, Green Hydrogen, Advanced Solar Technologies, Bio-Energy and any other products as they emerge to the market.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2028
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
II.2) Description
II.2.1) Title
Emerging Consultants
Lot No
15
II.2.2) Additional CPV code(s)
- 71313200 - Sound insulation and room acoustics consultancy services
- 71314300 - Energy-efficiency consultancy services
- 71315100 - Building-fabric consultancy services
- 71321400 - Ventilation consultancy services
- 71530000 - Construction consultancy services
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This lot is intended to provide, in accordance with PAS2035, the relevant current and emerging Standards and applicable Building Regulations, Consultancy services for carbon reduction, retro fit, whole house and regeneration projects which will include the following elements that are not exhaustive: Energy saving products, Water saving products, Insulation solutions, Heating solutions, Window and glazing solutions, Ventilation solutions, Lighting solutions, Energy generation solutions, EV charging solutions, Energy storage solutions, Whole house solutions, Systems, IT products and Services and any other consultancy services in accordance with new or emerging legislation as required.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2025
End date
27 October 2025
This contract is subject to renewal
No
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
Insurance requirements will be identified at each mini competition, determined by each individual projects scope and value.
Minimum turnover thresholds will be identified at each mini competition, determined by each individual projects scope and value.
Suppliers will be required to confirm, at least annually, that they still meet the minimum criteria
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As detailed in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As detailed in the procurement and tender documents
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-033762
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
8 April 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
8 April 2025
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.3) Additional information
Abri has set out its minimum requirements in the form of the standard Selection Questionnaire (SQ) as published by the CCS. Interested contractors will be required to self-certify their compliance with the selection requirements and confirm that none of the grounds for exclusion apply. All contractors who meet and pass the exclusion and selection criteria will be admitted to the DPS and/or the relevant categories within it.
Once the DPS is set up, specific contracts can be awarded. All contractors who have joined a category will be invited to bid for the contract in the form of further competitions. Contractors will be given at least 10 days to respond to the tender and a tender submission is not compulsory.
The DPS will run for a period of 40 months commencing in June 2025 and Suppliers can apply to join the DPS at any time. However, Abri reserves the right to reduce the duration, at its discretion.
This DPS is to operate across England and Wales and will be open to the following organisations to access via and Access Agreement between the Supplier, Abri and Pretium Frameworks Ltd, who GFP has appointed to administer the DPS on it's behalf.
In addition to GFP members, the following 'Authorised Users' will be entitled to use this DPS:
(i) any entity within the same group of companies as a GFP Member from time to time;
(ii) any Social Housing Provider in the United Kingdom from time to time (excluding the GFP Members);
(iii) any other “contracting authority” in the UK as defined in the Public Contracts Regulations 2015; and
(iv) any supply chain member of a GFP Member, or of any of the organisations listed in paragraphs (i), (ii), or (iii) above.
The Contracting Authority considers that this DPS may be suitable for economic operators that are small or Medium enterprises (SMEs), However, any selection of tenderers will be based solely on the criteria as set out for the procurement.
The Contracting Authority reserves the right to cancel the procurement and not to proceed with all or any part of the DPS Agreement. The Contracting Authority will not, under any circumstances, reimburse any expenses incurred by Suppliers in participating in this procurement exercise or preparing their submissions.
If successful, there is no guarantee that the Supplier will be awarded Call Off Contracts for any particular value or type of works, services or supplies under this DPS Agreement.
Each Contracting Authority will be allowed to issue a Capability Assessment as part of its Mini Competition to establish a final supplier list to invite to tender. It will also be possible to combine categories where there are clear synergies and common industry precedents.
Subject to the above and geographical restrictions by the Potential Providers themselves, a Contracting Authority will invite all Potential Providers on the DPS (who possess the relevant services category and the appropriate financial notation within the DPS) to bid for the specific contract.
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom