Tender

Feasibility Studies - Net Zero Accelerator Programme

  • LocatED Property Ltd

F02: Contract notice

Notice identifier: 2023/S 000-027257

Procurement identifier (OCID): ocds-h6vhtk-03fcd1

Published 14 September 2023, 5:07pm



Section one: Contracting authority

one.1) Name and addresses

LocatED Property Ltd

20 Cranbourn Street

London

WC2H 7AA

Email

NetZero.Accelerator@LocatED.co.uk

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://www.located.co.uk/

one.3) Communication

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

https://www.jaggaer.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.jaggaer.com/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Feasibility Studies - Net Zero Accelerator Programme

two.1.2) Main CPV code

  • 71310000 - Consultative engineering and construction services

two.1.3) Type of contract

Services

two.1.4) Short description

You are invited by LocatED, on behalf of the Secretary of State for Education, to submit a tender to undertake a feasibility study to explore the ‘proof of concept’ for the Net Zero Accelerator.

LocatED is looking to appoint up to five suppliers to undertake feasibility studies on a small batch of schools.

The feasibility studies will demonstrate the potential range of decarbonisation interventions and condition/fabric improvements that could be delivered, the associated reduction in carbon produced and energy consumed, the cost of delivery, the potential cost savings and income generation and will provide a financial model that demonstrates the returns/payback period that can be achieved. Successful tenderers will be appointed by LocatED on behalf of the Secretary of State for Education.

two.1.5) Estimated total value

Value excluding VAT: £250,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 09300000 - Electricity, heating, solar and nuclear energy
  • 31527260 - Lighting systems
  • 31610000 - Electrical equipment for engines and vehicles
  • 45100000 - Site preparation work
  • 45210000 - Building construction work
  • 45232141 - Heating works
  • 45260000 - Roof works and other special trade construction works
  • 45300000 - Building installation work
  • 45400000 - Building completion work
  • 71200000 - Architectural and related services
  • 71300000 - Engineering services
  • 71500000 - Construction-related 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)

two.2.4) Description of the procurement

LocatED Property Limited (LocatED) is inviting suppliers to bid to undertake a feasibility study to explore the ‘proof of concept’ for the Net Zero Accelerator (NZA). The NZA will facilitate the rapid rollout of decarbonisation initiatives across the education estate.

The purpose of this ITT is to enable LocatED to appoint up to five suppliers to undertake feasibility studies on a small batch of schools (approximately 10 schools per supplier).

The ITT questionnaire will support the shortlisting and selection of up to five delivery partners based upon Selection & Award questions, alongside price.

two.2.5) Award criteria

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

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

Start date

6 November 2023

End date

23 February 2024

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

Accelerated procedure

Justification:

Prior Information Notice previously published.

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

29 September 2023

Local time

12:00pm

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)

four.2.7) Conditions for opening of tenders

Date

29 September 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court

London

Country

United Kingdom