Scope
Reference
DN775606
Description
Hackney Council is seeking to appoint a specialist utility services provider to deliver a long-term Metering and Billing (M&B) service for the Colville Heat Network. The contract will cover the full lifecycle of metering and billing operations, including data management, customer billing, payment collection, customer service, and regulatory compliance. The appointed supplier will work closely with Hackney's DBOM (Design, Build, Operate and Maintain) contractor to ensure efficient service delivery to around 1,300 residential and commercial connections across the Colville and Britannia developments. The contract will be for an initial term of 8 years, with options to extend up to 14 years in total.
Total value (estimated)
- £800,000 excluding VAT
- £960,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 22 April 2026 to 30 June 2040
- 14 years, 2 months, 9 days
Main procurement category
Services
CPV classifications
- 38551000 - Energy meters
- 50324100 - System maintenance services
- 65500000 - Meter reading service
Contract locations
- UKI41 - Hackney and Newham
Participation
Legal and financial capacity conditions of participation
Suppliers must meet the Authority's Conditions of Participation relating to legal standing and economic and financial capacity. This includes confirmation of eligibility and exclusion grounds, registration on the Central Digital Platform, minimum financial turnover requirements, appropriate insurance cover, compliance with data protection and cybersecurity obligations, and adherence to applicable legislation including the Modern Slavery Act 2015. These requirements will be assessed on a pass/fail basis at selection stage.
Technical ability conditions of participation
Suppliers must demonstrate the technical and professional ability to deliver the contract requirements, including relevant experience, systems capability, delivery capacity and service performance. Where specific standards, certifications or qualifications are referenced, the Authority will accept equivalent qualifications, standards or evidence demonstrating equivalent capability. Assessment will be undertaken in accordance with the Procurement Specific Questionnaire.
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
22 January 2026, 5:00pm
Submission type
Requests to participate
Deadline for requests to participate
2 February 2026, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
5 suppliers
Selection criteria:
Suppliers will be selected to tender based on their responses to the Procurement Specific Questionnaire (PSQ), including satisfaction of the Conditions of Participation and assessment of relevant experience, technical capability, delivery capacity, customer service approach and social value. Only suppliers meeting all mandatory requirements and achieving the highest scores at selection stage will be invited to submit a tender.
Award decision date (estimated)
3 April 2026
Recurring procurement
Publication date of next tender notice (estimated): 1 July 2039
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Quality | Quality | 70.00% |
| Price | Price | 30.00% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
This procurement will be conducted using a multi-stage Competitive Flexible Procedure under section 20 of the Procurement Act 2023.
The Tender Notice invites requests to participate, not full tenders.
Stage 1 - Selection: Interested suppliers will be required to submit a Request to Participate comprising a Procurement Specific Questionnaire (PSQ), including Conditions of Participation and project-specific questions. These will be assessed to determine supplier eligibility, capability and capacity. The Authority intends to shortlist up to five suppliers to proceed to the next stage.
Stage 2 - Invitation to Tender: Shortlisted suppliers will be invited to submit full tenders, which will be evaluated on the basis of published award criteria covering technical quality (including social value) and price, to identify the Most Advantageous Tender.
Clarifications may be sought during the process in accordance with the Procurement Act 2023. A standstill period will apply prior to contract award.
Justification for not publishing a preliminary market engagement notice
Hackney Council did not publish a Preliminary Market Engagement Notice as the requirements are well defined and based on established market practice. The Authority is satisfied that suppliers can prepare competitive submissions using the information provided in the Tender Notice and associated documents.
Documents
Associated tender documents
https://www.londontenders.org
The associated tender documents are available to download via Hackney Council's e-tendering portal (ProContract). Interested suppliers must register on the portal to access and download all procurement documents relating to this opportunity.
Documents to be provided after the tender notice
All tender documents are available to download via Hackney Council's e-tendering portal (ProContract). Interested suppliers must register on the portal to access and download all procurement documents relating to this opportunity. https://www.londontenders.org
Technical specifications to be met
https://www.londontenders.org
The technical specifications documents are available to download via Hackney Council's e-tendering portal (ProContract). Interested suppliers must register on the portal to access and download all procurement documents relating to this opportunity.
Contracting authority
London Borough of Hackney
- Public Procurement Organisation Number: PRZC-5592-DDDV
Hackney Service Centre
Hackney
E8 1DY
United Kingdom
Region: UKI41 - Hackney and Newham
Organisation type: Public authority - sub-central government