Tender

Energy Efficiency Dynamic Purchasing System (EEDPS)

  • Plymouth City Council

F02: Contract notice

Notice identifier: 2025/S 000-004833

Procurement identifier (OCID): ocds-h6vhtk-04de5f

Published 12 February 2025, 8:25pm



Section one: Contracting authority

one.1) Name and addresses

Plymouth City Council

Ballard House, West Hoe Road

Plymouth

PL1 3BJ

Contact

Nicola Turvey

Email

nicola.turvey@plymouth.gov.uk

Telephone

+44 1752304118

Country

United Kingdom

Region code

UK - United Kingdom

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.incic.org.uk

Buyer's address

www.plymouth.gov.uk

one.3) Communication

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

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Energy Efficiency Dynamic Purchasing System (EEDPS)

Reference number

PCC/INCIC/2025/2

two.1.2) Main CPV code

  • 45262640 - Environmental improvement works

two.1.3) Type of contract

Works

two.1.4) Short description

Energy Efficiency Dynamic Purchasing System (EEDPS)

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

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

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

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

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

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

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

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

Objectives of the EEDPS

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

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

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

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

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

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

two.1.5) Estimated total value

Value excluding VAT: £425,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

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

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

two.2) Description

two.2.1) Title

Lot 1 - Associated Building Works

Lot No

1

two.2.2) Additional CPV code(s)

  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45260000 - Roof works and other special trade construction works
  • 45310000 - Electrical installation work
  • 45330000 - Plumbing and sanitary works
  • 45410000 - Plastering work
  • 45422000 - Carpentry installation work
  • 45442100 - Painting work
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

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

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £17,500,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Lot 2 - Battery Storage

Lot No

2

two.2.2) Additional CPV code(s)

  • 31158100 - Battery chargers

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

Lot 2 - Battery Storage.

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £12,500,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Lot - 3 Biomass Boilers

Lot No

3

two.2.2) Additional CPV code(s)

  • 42511110 - Heat pumps

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

Lot - 3 Biomass Boilers.

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £2,500,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Lot 4 Carbon Offset

Lot No

4

two.2.2) Additional CPV code(s)

  • 03452000 - Trees
  • 90713000 - Environmental issues consultancy services
  • 90720000 - Environmental protection
  • 90740000 - Pollutants tracking and monitoring and rehabilitation services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

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

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £2,500,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Lot 5 - Cavity Wall Insulation / Extraction

Lot No

5

two.2.2) Additional CPV code(s)

  • 45321000 - Thermal insulation work

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

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

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £8,500,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Lot 6 - Vehicles, Charging & Infrastructure

Lot No

6

two.2.2) Additional CPV code(s)

  • 31158100 - Battery chargers
  • 31681500 - Rechargers
  • 34144900 - Electric vehicles
  • 45315300 - Electricity supply installations

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

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

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £17,500,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Lot 7 - Controls

Lot No

7

two.2.2) Additional CPV code(s)

  • 24112100 - Carbon dioxide
  • 38930000 - Humidity and moisture measuring instruments
  • 42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
  • 42530000 - Parts of refrigerating and freezing equipment and heat pumps
  • 45331110 - Boiler installation work

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

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

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £2,500,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Lot 8 - Design

Lot No

8

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

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

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £8,500,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Lot 9- Electrical & Lighting

Lot No

9

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

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

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £25,500,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Lot 10 - Energy Assessors

Lot No

10

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 71314300 - Energy-efficiency consultancy services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

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

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £8,500,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Lot 11 - Green Finance

Lot No

11

two.2.2) Additional CPV code(s)

  • 66170000 - Financial consultancy, financial transaction processing and clearing-house services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

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

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £8,500,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Lot 12 - Energy Efficiency Products supply only

Lot No

12

two.2.2) Additional CPV code(s)

  • 09331000 - Solar panels
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 38126200 - Solar radiation surface observing apparatus
  • 42511110 - Heat pumps
  • 44100000 - Construction materials and associated items
  • 44621200 - Boilers
  • 44622100 - Heat-recovery equipment

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

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

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £5,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

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

Lot No

13

two.2.2) Additional CPV code(s)

  • 42160000 - Boiler installations
  • 42511110 - Heat pumps
  • 42533000 - Parts of heat pumps
  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

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

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £45,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Lot 14 - Heat and Hot Water Technologies

Lot No

14

two.2.2) Additional CPV code(s)

  • 39715210 - Central-heating equipment
  • 39715220 - Electric heating resistors
  • 42160000 - Boiler installations
  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

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

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £8,500,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Lot 15 - Hydroelectricity

Lot No

15

two.2.2) Additional CPV code(s)

  • 45220000 - Engineering works and construction works
  • 45248000 - Construction work for hydro-mechanical structures
  • 45251120 - Hydro-electric plant construction work

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

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

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £2,500,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Lot 16 - Insulation and draft proofing

Lot No

16

two.2.2) Additional CPV code(s)

  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45261410 - Roof insulation work
  • 45321000 - Thermal insulation work

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

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

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £65,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Lot 17- Metering & Monitoring

Lot No

17

two.2.2) Additional CPV code(s)

  • 38551000 - Energy meters
  • 45262640 - Environmental improvement works
  • 71700000 - Monitoring and control services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

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

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £17,500,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Lot 18 - New Build and or Extension of Existing buildings

Lot No

18

two.2.2) Additional CPV code(s)

  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45223800 - Assembly and erection of prefabricated structures
  • 45223810 - Prefabricated constructions
  • 45262640 - Environmental improvement works

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

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

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £25,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Lot 19 - Solar

Lot No

19

two.2.2) Additional CPV code(s)

  • 09331100 - Solar collectors for heat production
  • 09331200 - Solar photovoltaic modules
  • 45261215 - Solar panel roof-covering work

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

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

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £45,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Lot 20 - Surveying services

Lot No

20

two.2.2) Additional CPV code(s)

  • 71315300 - Building surveying services
  • 71355000 - Surveying services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

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

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £7,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Lot 21 - Training and Education and Certifications

Lot No

21

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 80400000 - Adult and other education services
  • 80510000 - Specialist training services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

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

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £6,500,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Lot 22 - Ventilation

Lot No

22

two.2.2) Additional CPV code(s)

  • 39714110 - Extraction ventilators
  • 39717100 - Fans
  • 42522000 - Non-domestic fans
  • 44622000 - Heat-recovery systems

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

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

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £17,500,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Lot 23 - Whole House Retrofit

Lot No

23

two.2.2) Additional CPV code(s)

  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45260000 - Roof works and other special trade construction works
  • 45320000 - Insulation work

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

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

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £28,500,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Lot 24 - Wind

Lot No

24

two.2.2) Additional CPV code(s)

  • 31121320 - Wind turbines
  • 71242000 - Project and design preparation, estimation of costs

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

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

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £2,500,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Lot 25 - Windows and Doors

Lot No

25

two.2.2) Additional CPV code(s)

  • 44221100 - Windows
  • 44221200 - Doors
  • 44221400 - Shutters
  • 45441000 - Glazing work

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland
  • UKN - Northern Ireland
Main site or place of performance

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

two.2.4) Description of the procurement

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

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

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

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

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

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

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

The DPS will operates using a two-stage process:

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

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

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

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

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

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

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

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

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

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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £35,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

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

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

Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates:

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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


Section three. Legal, economic, financial and technical information

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

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

- Trust Mark accreditation for PAS 2030 / 2035

- Microgeneration Certification Scheme (MCS) for Microgeneration Works

-Trading Standards Approved for Consumer facing works

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

- building operatives should ideally hold the trade specific CSCS card

- electricians should ideally hold an ECS card

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

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

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

- ISO 9001 (quality management).

- ISO 14001 (environmental management).

- OHSAS 18001 (occupational health and safety).

- SSIP (Safety Schemes in Procurement).

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

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

30 September 2028

Local time

12:00pm

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

1 October 2028

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

English

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

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


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

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

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

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

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

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

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

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

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

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

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

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

six.4) Procedures for review

six.4.1) Review body

Independence Brokerage Services CIC

Chislehurst Business Centre, 1 Bromley Lane,

Chislehurst

BR7 6LH

Email

support@incic.org.uk

Telephone

+44 3003654050

Country

United Kingdom

Internet address

https://www.incic.org.uk

six.4.2) Body responsible for mediation procedures

Independence Brokerage Services CIC

Chislehurst Business Centre, 1 Bromley Lane,

Chislehurst

BR7 6LH

Email

support@incic.org.uk

Telephone

+44 3003654050

Country

United Kingdom

Internet address

https://www.incic.org.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:

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

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

Plymouth City Council

Ballard House, West Hoe Road

Plymouth

PL1 3BJ

Telephone

+44 1752304118

Country

United Kingdom