Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 24th Mar 2025
Reference | ocds-h6vhtk-04f7c1 |
Common Procurement Vocabulary | Environmental engineering consultancy services |
Procurement Method | Open procedure |
Value | £60,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 24th Mar 2025
Reference | ocds-h6vhtk-04f7c1 |
Common Procurement Vocabulary | Environmental engineering consultancy services |
Procurement Method | Open procedure |
Value | £60,000 |
Section I: Contracting authority
I.1) Name and addresses
Scottish Government
Victoria Quay, Leith
Edinburgh
EH6 6QQ
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