Tender

Wind Turbine Feasibility Services

LANCASTER CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

23 Aug 2024 at 11:37

Summary of the contracting process

Lancaster City Council is inviting bids for the provision of Wind Turbine Feasibility Services under an open procurement procedure. The process, categorised under Architectural, Construction, Engineering, and Inspection Services (CPV: 71000000), seeks comprehensive feasibility studies, techno-economic models and design plans for wind turbines at two council sites. With the submission method being electronic, the tender period is set to end on 23rd September 2024, and work must be completed by 14th March 2025. Key stages include a high-level assessment (RIBA Stages 1 and 2) followed by a detailed feasibility and design phase (RIBA Stages 3 and 4), dependent on the initial outcome.

This tender represents an excellent opportunity for businesses specialising in environmental engineering, construction, and renewable energy solutions. Firms with expertise in wind technology development, particularly those capable of conducting comprehensive feasibility studies and detailed design work, will find this tender particularly beneficial. As the work is funded by the UK Shared Prosperity Fund, engaging in this project could significantly boost a firm's portfolio and open further investment opportunities, aligning with the Council’s commitment to sustainability and environmental protection.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Wind Turbine Feasibility Services

Notice Description

The Council wishes to tender openly for RIBA Stage 4 feasibility, techno-economic modelling and designs to build wind turbines on 2 separate council sites as shown in "Middleton Wind Potential Sites.png" and "SALC and Landfill Owership.pdf". This work is funded by UKSPF and must be delivered by 14 March 2025. The deliverables should be split into two work packages (WP). WP 1 should include a high-level assessment to RIBA Stage 1 and 2 standard (and in) and shortlist options, identifying preferred projects that could be commercially viable. WP 2 should be contingent on the outcomes of WP1 and proceed to RIBA stages 3 and 4. The cost of each work package should be separated and a decision whether to proceed onto WP 2 will be required before work starts. The output reports should be detailed enough to support a planning application. The techno-economic assessment and commercials should provide sufficient detail to form a robust business case and, critically, facilitate an investment decision to take the project(s) forward to RIBA 5 & 6.

Lot Information

Lot 1

The Council wishes to tender openly for RIBA Stage 4 feasibility, techno-economic modelling and designs to build wind turbines on 2 separate council sites as shown in "Middleton Wind Potential Sites.png" and "SALC and Landfill Owership.pdf". This work is funded by UKSPF and must be delivered by 14 March 2025. The deliverables should be split into two work packages (WP). WP 1 should include a high-level assessment to RIBA Stage 1 and 2 standard (and in) and shortlist options, identifying preferred projects that could be commercially viable. WP 2 should be contingent on the outcomes of WP1 and proceed to RIBA stages 3 and 4. The cost of each work package should be separated and a decision whether to proceed onto WP 2 will be required before work starts. The output reports should be detailed enough to support a planning application. The techno-economic assessment and commercials should provide sufficient detail to form a robust business case and, critically, facilitate an investment decision to take the project(s) forward to RIBA 5 & 6.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04938a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/027066-2024
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71000000 - Architectural, construction, engineering and inspection services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 Aug 20241 years ago
Submission Deadline
23 Sep 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LANCASTER CITY COUNCIL
Contact Name
Mr Robert Boschi
Contact Email
rboschi@lancaster.gov.uk
Contact Phone
+44 1524582000

Buyer Location

Locality
LANCASTER
Postcode
LA1 1PJ
Post Town
Lancaster
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD4 Lancashire
Small Region (ITL 3)
TLD44 Lancaster and Wyre
Delivery Location
Not specified

Local Authority
Lancaster
Electoral Ward
Castle
Westminster Constituency
Lancaster and Wyre

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04938a-2024-08-23T12:37:23+01:00",
    "date": "2024-08-23T12:37:23+01:00",
    "ocid": "ocds-h6vhtk-04938a",
    "initiationType": "tender",
    "tender": {
        "id": "DN739205",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Wind Turbine Feasibility Services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71000000",
            "description": "Architectural, construction, engineering and inspection services"
        },
        "mainProcurementCategory": "services",
        "description": "The Council wishes to tender openly for RIBA Stage 4 feasibility, techno-economic modelling and designs to build wind turbines on 2 separate council sites as shown in \"Middleton Wind Potential Sites.png\" and \"SALC and Landfill Owership.pdf\". This work is funded by UKSPF and must be delivered by 14 March 2025. The deliverables should be split into two work packages (WP). WP 1 should include a high-level assessment to RIBA Stage 1 and 2 standard (and in) and shortlist options, identifying preferred projects that could be commercially viable. WP 2 should be contingent on the outcomes of WP1 and proceed to RIBA stages 3 and 4. The cost of each work package should be separated and a decision whether to proceed onto WP 2 will be required before work starts. The output reports should be detailed enough to support a planning application. The techno-economic assessment and commercials should provide sufficient detail to form a robust business case and, critically, facilitate an investment decision to take the project(s) forward to RIBA 5 & 6.",
        "lots": [
            {
                "id": "1",
                "description": "The Council wishes to tender openly for RIBA Stage 4 feasibility, techno-economic modelling and designs to build wind turbines on 2 separate council sites as shown in \"Middleton Wind Potential Sites.png\" and \"SALC and Landfill Owership.pdf\". This work is funded by UKSPF and must be delivered by 14 March 2025. The deliverables should be split into two work packages (WP). WP 1 should include a high-level assessment to RIBA Stage 1 and 2 standard (and in) and shortlist options, identifying preferred projects that could be commercially viable. WP 2 should be contingent on the outcomes of WP1 and proceed to RIBA stages 3 and 4. The cost of each work package should be separated and a decision whether to proceed onto WP 2 will be required before work starts. The output reports should be detailed enough to support a planning application. The techno-economic assessment and commercials should provide sufficient detail to form a robust business case and, critically, facilitate an investment decision to take the project(s) forward to RIBA 5 & 6.",
                "contractPeriod": {
                    "endDate": "2025-02-28T23:59:59Z"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://procontract.due-north.com/Advert/Index?advertId=4956cdf3-d65e-ef11-812e-005056b64545",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-09-23"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2024-08-23T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2024-08-23T12:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-66532",
            "name": "Lancaster City Council",
            "identifier": {
                "legalName": "Lancaster City Council"
            },
            "address": {
                "streetAddress": "Lancaster Town Hall, Dalton Square",
                "locality": "Lancaster",
                "region": "UK",
                "postalCode": "LA1 1PJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Robert Boschi",
                "telephone": "+44 1524582000",
                "email": "rboschi@lancaster.gov.uk",
                "url": "https://procontract.due-north.com/Advert/Index?advertId=4956cdf3-d65e-ef11-812e-005056b64545"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.lancaster.gov.uk/",
                "buyerProfile": "http://www.lancaster.gov.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "05",
                        "description": "Environmental protection"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-10477",
            "name": "Lancaster City Council",
            "identifier": {
                "legalName": "Lancaster City Council"
            },
            "address": {
                "locality": "Lancaster",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-66532",
        "name": "Lancaster City Council"
    },
    "language": "en"
}