Scope
Reference
prj_5533
Description
Communities across the UK want to be part of the energy transition, actively engaging in and benefiting from local renewable energy projects. Shared ownership of these projects is a key way for communities to gain a stake, feel involved, and directly benefit from the energy transition. Shared ownership levels in the UK are lower than in other European countries and Great British Energy would like to help address this gap. We recognise that developing standardised templates, guidance documents, and other resources for both communities and renewable energy developers would help increase shared ownership.
The objectives of the project are to:
• Facilitate higher levels of shared ownership in the UK, by providing template project documentation for each community energyshared ownership model, with accompanying guidance that will together "de-mystify" legal complexity faced by community organisations, developers, and other stakeholders in the sector.
• The specific legal documentation required will be agreed upon between the Authority and the Supplier during a Scoping Phase. This will build upon both legal expertise as well as knowledge of shared ownership and community energy.
Total value (estimated)
- £416,666 excluding VAT
- £500,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 20 October 2025 to 31 March 2026
- Possible extension to 30 June 2026
- 8 months, 12 days
Description of possible extension:
Option for the Authority to extend the Contract for a further period if there are unforeseen delays to contract deliverables, up to a maximum of three months, unless terminated earlier in accordance with the provisions of the Contract.
Main procurement category
Services
CPV classifications
- 79100000 - Legal services
- 71314200 - Energy-management services
Contract locations
- UK - United Kingdom
Participation
Legal and financial capacity conditions of participation
If upon request by the Authority, please can you confirm that you can provide at least one of the following:
• financial statements or extracts from the financial statements, where appropriate (i.e. where publication of financial statements is required by law); or
• a statement of the bidder's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available; or
• appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance.
Technical ability conditions of participation
None
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
10 September 2025, 1:05pm
Submission type
Tenders
Tender submission deadline
22 September 2025, 1:05pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
14 October 2025
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Quality response | See ITT documentation. Note that this is 65 marks/points, as opposed to percentage. |
Quality | 65% |
Cost | See ITT documentation. Note that this is 25 marks/points, as opposed to percentage. |
Cost | 25% |
Interview | See ITT documentation. Note that this is 10 marks/points, as opposed to percentage, available to those Suppliers within 10 points of the highest ranked Supplier after Quality and Cost evaluation. |
Quality | 10% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
Submission of Tender response which will be evaluated in accordance with the ITT documents.
After ranking Suppliers, those within 10 points of the highest ranked Supplier, and the highest ranked Suppleir, will be invited for interview.
This interview will be scored, with an additional maximum 10 points on offer which would be added to those Suppliers' scores. Supplier's will then be ranked, and a preferred bidder identified.
All details are provided in the ITT documents.
Documents
Documents to be provided after the tender notice
Responses to Clarifications received during the Tendering period will be published on the Authority's e-tendering portal.
Contracting authority
Department for Energy Security & Net Zero
- Public Procurement Organisation Number: PDHQ-2163-WYMH
55 Whitehall
London
SW1A 2HP
United Kingdom
Region: UKI32 - Westminster
Organisation type: Public authority - central government