Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 22nd Jul 2025
Reference | ocds-h6vhtk-0563fc |
Common Procurement Vocabulary | Energy-efficiency consultancy services |
Procurement Method | Open procedure |
Value | £400,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 22nd Jul 2025
Reference | ocds-h6vhtk-0563fc |
Common Procurement Vocabulary | Energy-efficiency consultancy services |
Procurement Method | Open procedure |
Value | £400,000 |
Section I: Contracting authority
I.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
ross.cameron [at] gov.scot
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
I.4) Type of the contracting authority
Ministry or any other national or federal authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
HEETSA Framework Planning and Discovery
Reference number
Case 792634
II.1.2) Main CPV code
- 71314300 - Energy-efficiency consultancy services
II.1.3) Type of contract
Services
II.1.4) Short description
The Scottish Government has a requirement to place a contract with an external service provider for the provision of Heat and Energy Efficiency Technical Suitability Assessment Framework Planning & Discovery Services.
II.1.5) Estimated total value
Value excluding VAT: آ£400,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 79419000 - Evaluation consultancy services
- 73200000 - Research and development consultancy services
- 71241000 - Feasibility study, advisory service, analysis
- 71621000 - Technical analysis or consultancy services
II.2.3) Place of performance
NUTS codes
- UKM - Scotland
II.2.4) Description of the procurement
The purpose of this Discovery project is to set out in clear terms the resource requirement and market impact for a HEETSA. This will allow Scottish Ministers to consider a full deployment of HEETSA into the Scottish retrofit assessment landscape.
The scope of Discovery will consider:
- the overall concept of HEETSA and how it relates to the EPC and other parts of the heat and energy efficiency retrofit assessment landscape;
-current assessment methodologies that could be used to underpin HEETSA and how potential gaps in the market could be filled;
-the skills, qualifications, and accreditation processes that would be needed to ensure that assessors were able to offer detailed advice to building owners on technical suitability of heat and energy efficiency retrofit measures;
-the way in which HEETSA can be standardised into a common certification / reporting format;
-detailed costed options for the delivery of the above.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
II.2.6) Estimated value
Value excluding VAT: آ£400,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2025
End date
31 March 2026
This contract is subject to renewal
Yes
Description of renewals
The Purchaser may, by giving notice to the Service Provider, extend the period of the Contract to a date falling no later than 30 April 2026. Subject to that constraint, the Purchaser may extend the period of the Contract on more than one occasion.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria
4B4. The bidder confirms the name, value and/or range of the financial ratios specified in the relevant Contract Notice are as follows:
4B.5 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Minimum level(s) of standards possibly required
4B.4 - Bidders must demonstrate a Current Ratio of no less than 1. Current Ratio will be calculated as follows: Total current assets divided by Total current liabilities.
4B.5 -
-Public Liability 1,000,000 GBP(A sum not less than)
-Professional Indemnity 1,000,000 GBP(A sum not less than)
-Employers Liability (Legal Requirement) 5,000,000 GBP ( A sum not less than)
III.1.3) Technical and professional ability
List and brief description of selection criteria
4C.4 - Provide a statement of the relevant supply chain management and/or tracking systems used.
4C.7 - Provide details of the environmental management measures which the bidder will be able to use when performing the contract.
4C.10 - Provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Minimum level(s) of standards possibly required
4C.4 -
If bidders intend to use a supply chain to deliver the requirements detailed in the
Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the
supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.
4C.7 -
Production and submission of evidence of steps taken to build awareness of the climate emergency and consideration of how the organisation plans to respond to it. This should include details of planned projects and actions to reduce the bidder’s carbon emissions.
4C.10 -
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
22 August 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
22 August 2025
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29739. For more information see:
A sub-contract clause has been included in this contract. For more information see:
(SC Ref:805050)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court & Justice of the Peace Court
27 Chambers St
Edinburgh
EH1 1LB
Country
United Kingdom