ÐßÐßÊÓƵ

Construction Tenders

29 March 2025

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 24th Mar 2025

Tender Details
Referenceocds-h6vhtk-04f7c1
Common Procurement VocabularyEnvironmental engineering consultancy services
Procurement MethodOpen procedure
Value£60,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 24th Mar 2025

Tender Details
Referenceocds-h6vhtk-04f7c1
Common Procurement VocabularyEnvironmental engineering consultancy services
Procurement MethodOpen procedure
Value£60,000

Section I: Contracting authority

I.1) Name and addresses

Scottish Government

Victoria Quay, Leith

Edinburgh

EH6 6QQ

Email

marc.jones [at] gov.scot

Country

United Kingdom

NUTS code

UKM - Scotland

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

I.4) Type of the contracting authority

Ministry or any other national or federal authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DECC-Energy Performance of Housing Stock Research

Reference number

767421

II.1.2) Main CPV code

  • 71313000 - Environmental engineering consultancy services

II.1.3) Type of contract

Services

II.1.4) Short description

The Scottish Government has legally committed to reach net zero by 2045 for the benefit of our environment, people, and prosperity and is committed to taking the required action. We have confirmed in the 2024 to 2025 Programme for Government that tackling the climate emergency is a priority. To meet net zero, transformation will be required across all sectors of our economy and society, including from our homes and places of work.

Heating Scotland’s buildings accounts for 20% of emissions – the third largest cause of greenhouse gas emissions in Scotland – and therefore reducing emissions from this sector is vital to reaching the Government’s ambition. The Scottish Government published its Heat in Buildings Strategy in October 2021, which set out our vision for decarbonising Scotland’s buildings by 2045. We continue to lay the foundations to support the growth of clean heating and energy efficiency in Scotland.

The objective of this work is to provide an analysis of the Scottish housing stock’s performance in each of the new EPC ratings set out above, using the Scottish EPC wrapper and HEM. This includes how homes would be rated in the new EPC ratings compared with how they are rated in the current EPC system, and then also how energy efficiency improvements might impact ratings across types of homes and in different sectors.

II.1.5) Estimated total value

Value excluding VAT: £60,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 90700000 - Environmental services
  • 71314000 - Energy and related services
  • 71314300 - Energy-efficiency consultancy services
  • 73110000 - Research services

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

The Scottish Government has legally committed to reach net zero by 2045 for the benefit of our environment, people, and prosperity and is committed to taking the required action. We have confirmed in the 2024 to 2025 Programme for Government that tackling the climate emergency is a priority. To meet net zero, transformation will be required across all sectors of our economy and society, including from our homes and places of work. Heating Scotland’s buildings accounts for 20% of emissions – the third largest cause of greenhouse gas emissions in Scotland – and therefore reducing emissions from this sector is vital to reaching the Government’s ambition.

Energy Performance Certificates (EPCs) are being reformed this year, with new regulations due to be laid in Parliament in September. When these regulations come into force in autumn 2026, this will mean that the ratings shown on a domestic EPC will be different to the current ones. The new ‘headline’ rating will be called the Heat Retention Rating (HRR) and will demonstrate the fabric efficiency of the home or building. The new EPC will also have a new Heating System Type Rating (HSTR) showing whether the installed heating system is polluting, hybrid or clean, its emissions and efficiency. We expect that Parliament will want to understand the performance of the stock against the new ratings – in particular the numbers of properties (and their tenures) falling into the new Heat Retention Rating bandings (A-G) from day one.

The objective of this work is to provide an analysis of the Scottish housing stock’s performance in each of the new EPC ratings set out above, using the Scottish EPC wrapper and HEM. This includes how homes would be rated in the new EPC ratings compared with how they are rated in the current EPC system, and then also how energy efficiency improvements might impact ratings across types of homes and in different sectors.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.2.6) Estimated value

Value excluding VAT: £60,000

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

Duration in months

3

This contract is subject to renewal

Yes

Description of renewals

An optional 2 month extension will be available to be utilised at the discretion of Scottish Ministers.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

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


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria

Minimum Insurance Levels

Minimum level(s) of standards possibly required

Public Liability - 5,000,000 (GBP)

Professional Risk Indemnity -

2,000,000 (GBP)

Employer’s (Compulsory) Liability - 10,000,000 (GBP)

III.1.3) Technical and professional ability

List and brief description of selection criteria

Supply Chain Management/Tracking Systems Used

Proportion (%) to be Sub-Contracted

Minimum level(s) of standards possibly required

Supply Chain Management/Tracking Systems Used: If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.

Proportion (%) to be Sub-Contracted: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.


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

Date

14 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

14 April 2025

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 58708. For more information see:

(SC Ref:794127)

VI.4) Procedures for review

VI.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom