Award

Building Decarbonisation Projects at Williamson Park, The Storey and City Lab

LANCASTER CITY COUNCIL

This public procurement record has 2 releases in its history.

Award

07 Jul 2025 at 10:30

Tender

25 Feb 2025 at 12:36

Summary of the contracting process

The procurement process for the "Building Decarbonisation Projects at Williamson Park, The Storey and City Lab" is overseen by Lancaster City Council, a regional authority in the United Kingdom. The contract, concluded under an open procurement procedure, encompasses construction work aimed at reducing carbon emissions. The process is currently in the Award stage, with Alternative Heat Ltd being the appointed contractor. Pre-construction services have commenced, focusing on the technical design phase, and the project must reach practical completion by January 2026, with an initial target of December 2025. The works are partially funded through the Public Sector Decarbonisation Scheme, underscoring the project's priority in sustainable development.

This tender offers significant opportunities for businesses specialising in construction and energy efficiency solutions, particularly those with expertise in buildability input, detailed cost estimation, and risk management during pre-construction phases. Larger firms like Alternative Heat Ltd, which has been awarded the contract, demonstrate the type of agency likely to compete effectively, especially considering the project's scale and the quality, social value, and price criteria defined. Businesses capable of innovating in sustainable energy solutions and with robust technical support can leverage this tender to enhance their market presence and credibility in the public sector. The project's focus on decarbonisation aligns well with current trends in environmentally responsible construction, making it an attractive proposition for businesses aiming to expand in this sector.

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

Notice Title

Building Decarbonisation Projects at Williamson Park, The Storey and City Lab

Notice 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.

Lot Information

Lot 1

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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04e7c4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/037694-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

Notice Value(s)

Tender Value
£3,200,000 £1M-£10M
Lots Value
£3,200,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£2,937,317 £1M-£10M

Notice Dates

Publication Date
7 Jul 202510 months ago
Submission Deadline
13 Mar 2025Expired
Future Notice Date
Not specified
Award Date
6 Jul 202510 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
LANCASTER CITY COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

Supplier Information

Number of Suppliers
1
Supplier Name

ALTERNATIVE HEAT

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-04e7c4-2025-07-07T11:30:28+01:00",
    "date": "2025-07-07T11:30:28+01:00",
    "ocid": "ocds-h6vhtk-04e7c4",
    "initiationType": "tender",
    "tender": {
        "id": "DN752184",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Building Decarbonisation Projects at Williamson Park, The Storey and City Lab",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "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.",
        "value": {
            "amount": 3200000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "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.",
                "value": {
                    "amount": 3200000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://procontract.due-north.com/Advert/Index?advertId=43ce19cf-dda5-ef11-8132-005056b64545",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-03-13T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2025-03-13T12:05:00Z"
        },
        "bidOpening": {
            "date": "2025-03-13T12:05:00Z"
        },
        "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": "Dr Robert Boschi",
                "telephone": "+44 1524582000",
                "email": "rboschi@lancaster.gov.uk",
                "url": "https://procontract.due-north.com/Advert/Index?advertId=43ce19cf-dda5-ef11-8132-005056b64545"
            },
            "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": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-4274",
            "name": "Lancaster City Council",
            "identifier": {
                "legalName": "Lancaster City Council"
            },
            "address": {
                "locality": "Lancaster",
                "postalCode": "LA1 1PJ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-4273",
            "name": "Lancaster City Council",
            "identifier": {
                "legalName": "Lancaster City Council"
            },
            "address": {
                "streetAddress": "Town Hall, Dalton Square",
                "locality": "Lancaster",
                "region": "UK",
                "postalCode": "LA1 1PJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Justin Shaw",
                "telephone": "+44 1524582375",
                "email": "jshaw@lancaster.gov.uk"
            },
            "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": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-114021",
            "name": "Alternative Heat Ltd",
            "identifier": {
                "legalName": "Alternative Heat Ltd"
            },
            "address": {
                "locality": "Banbridge",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "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-4273",
        "name": "Lancaster City Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "037694-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-114021",
                    "name": "Alternative Heat Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "037694-2025-1",
            "awardID": "037694-2025-1",
            "status": "active",
            "value": {
                "amount": 2937317,
                "currency": "GBP"
            },
            "dateSigned": "2025-07-07T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 10
            }
        ]
    }
}