Section one: Contracting authority
one.1) Name and addresses
Lancaster City Council
Town Hall, Dalton Square
Lancaster
LA1 1PJ
Contact
Mr Justin Shaw
Telephone
+44 1524582375
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
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
Building Decarbonisation Projects at Williamson Park, The Storey and City Lab
Reference number
DN752184
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Phase 1 – Pre-Construction Services (RIBA Stage 4)
The initial appointment will be for the pre-construction services, which encompass the
completion of RIBA Stage 4 (Technical Design). The contractor will be responsible for
providing detailed input on the buildability of the design, collaborating with the design team
to ensure constructability, and contributing to cost estimation, planning, and risk
identification during this phase.
Key Responsibilities for RIBA Stage 4:
• Provide buildability input to ensure the design can be practically constructed and meets the
required performance specifications.
• Assist with detailed cost estimation, including providing open book pricing.
• Contribute to risk management by identifying potential risks and proposing mitigation
strategies.
• Review and validate the design to confirm that it aligns with project requirements and is
feasible for construction.
Page 4 to 10
Phase 2 – Construction Works (RIBA Stage 5 and 6)
The ITT also includes the potential for the appointed Contractor to undertake the
construction works, which cover RIBA Stage 5 (Construction) and RIBA Stage 6 (Handover
and Close Out). However, the appointment for these stages is not guaranteed at this point.
Upon the completion of RIBA Stage 4, a formal review will be conducted to assess the
Contractor’s performance and the project’s requirements.
The Council reserves the right to proceed with the contractor for the construction works,
subject to satisfactory performance during RIBA Stage 4, confirmation of costs, and overall
project alignment. A break clause will be in place, allowing the Council to either proceed with
the appointed Contractor or re-tender for the construction works.
The Council retains Intellectual Property over full design work specific to the sites of this
project for use with another contractor if required.
Key Points for RIBA Stage 5 and 6:
• The ITT outlines the requirements for both pre-construction services and potential
construction works, but the contractor is only guaranteed the work for RIBA Stage 4.
• Following the completion of RIBA Stage 4, the Council will review whether to appoint the
contractor for RIBA Stage 5 and 6 based on performance, costs, and other considerations.
The main contract is subject to obtaining all necessary planning consents. The responsibility
for securing these consents will primarily rest with the Council. However, the appointed
contractor will be expected to provide technical support and relevant information as
required during the planning process.
The contractor must be aware that no construction works, particularly any equipment
ordering or significant on-site activities, can commence until all planning permissions are
secured. The timeline for the project may be extended if planning approvals are delayed.
Coordination with external parties, may also impact the timing of planning approvals and
should be factored into the project delivery plan.
The project is partially funded through the Public Sector Decarbonisation Scheme (PSDS),
and the key funding condition is that the project must be fully delivered, reach Practical
Completion (PC), and be signed off by the end of January 2026. This is the final deadline for
the project, and all works must be completed, tested, commissioned, and handed over
before this date to ensure compliance with funding requirements.
While an initial target of December 2025 has been identified for completion, this is flexible to
avoid unnecessary risk. The Council prefers to extend the timeline if required to ensure
quality and performance, rather than rush delivery.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £2,937,317.19
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Phase 1 – Pre-Construction Services (RIBA Stage 4)
The initial appointment will be for the pre-construction services, which encompass the
completion of RIBA Stage 4 (Technical Design). The contractor will be responsible for
providing detailed input on the buildability of the design, collaborating with the design team
to ensure constructability, and contributing to cost estimation, planning, and risk
identification during this phase.
Key Responsibilities for RIBA Stage 4:
• Provide buildability input to ensure the design can be practically constructed and meets the
required performance specifications.
• Assist with detailed cost estimation, including providing open book pricing.
• Contribute to risk management by identifying potential risks and proposing mitigation
strategies.
• Review and validate the design to confirm that it aligns with project requirements and is
feasible for construction.
Page 4 to 10
Phase 2 – Construction Works (RIBA Stage 5 and 6)
The ITT also includes the potential for the appointed Contractor to undertake the
construction works, which cover RIBA Stage 5 (Construction) and RIBA Stage 6 (Handover
and Close Out). However, the appointment for these stages is not guaranteed at this point.
Upon the completion of RIBA Stage 4, a formal review will be conducted to assess the
Contractor’s performance and the project’s requirements.
The Council reserves the right to proceed with the contractor for the construction works,
subject to satisfactory performance during RIBA Stage 4, confirmation of costs, and overall
project alignment. A break clause will be in place, allowing the Council to either proceed with
the appointed Contractor or re-tender for the construction works.
The Council retains Intellectual Property over full design work specific to the sites of this
project for use with another contractor if required.
Key Points for RIBA Stage 5 and 6:
• The ITT outlines the requirements for both pre-construction services and potential
construction works, but the contractor is only guaranteed the work for RIBA Stage 4.
• Following the completion of RIBA Stage 4, the Council will review whether to appoint the
contractor for RIBA Stage 5 and 6 based on performance, costs, and other considerations.
The main contract is subject to obtaining all necessary planning consents. The responsibility
for securing these consents will primarily rest with the Council. However, the appointed
contractor will be expected to provide technical support and relevant information as
required during the planning process.
The contractor must be aware that no construction works, particularly any equipment
ordering or significant on-site activities, can commence until all planning permissions are
secured. The timeline for the project may be extended if planning approvals are delayed.
Coordination with external parties, may also impact the timing of planning approvals and
should be factored into the project delivery plan.
The project is partially funded through the Public Sector Decarbonisation Scheme (PSDS),
and the key funding condition is that the project must be fully delivered, reach Practical
Completion (PC), and be signed off by the end of January 2026. This is the final deadline for
the project, and all works must be completed, tested, commissioned, and handed over
before this date to ensure compliance with funding requirements.
While an initial target of December 2025 has been identified for completion, this is flexible to
avoid unnecessary risk. The Council prefers to extend the timeline if required to ensure
quality and performance, rather than rush delivery.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 30
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-007149
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 July 2025
five.2.2) Information about tenders
Number of tenders received: 10
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Alternative Heat Ltd
Banbridge
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £2,937,317
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Lancaster City Council
Lancaster
Country
United Kingdom