Notice Information
Notice Title
Oldham Green New Deal Partnership
Notice Description
Oldham Metropolitan Borough Council ("the Council") is seeking to develop a long-term energy partnership with a Development Partner. The Development Partner will work in collaboration with the Council, key stakeholders and organisations to bring about the transformation and decarbonisation of Oldham's energy infrastructure. The Development Partner shall work to originate, define, develop, finance, deliver and operate a broad range of decarbonisation projects and initiatives across Oldham, with support from the Council. The Development Partner is expected to leverage its expertise, experience, capacity and capabilities to innovate and generate holistic and deliverable energy solutions, and to exploit its unique apex position within Oldham's energy system to develop and implement an innovative business model which maximises the benefit of technological and commercial synergies between different low carbon Asset Classes. The Strategic Energy Partnership's (SEP) key anchor project is the Heat Network Reference Scheme including the existing St Mary's scheme, which may serve as the foundation for a potential Zonal Heat Network. The SEP Agreement will set out a number of requirements which the heat network project must meet in order to proceed into an approvals gateway process. If the project proceeds beyond the development period (i.e. is "approved" as part of the approvals gateway process), the Council and Development Partner will become shareholders in a Project Company, albeit that the Council's shareholding will be limited to a "Golden Share". The Golden Share will simply allow the Council to exercise control in relation to a limited number of reserved matters including carbon intensity, reporting and tariffs. If the Heat Network Reference Scheme project is approved at the end of the development period, the Project Company will be the supplier of heat to a number of public and private sector bodies in the borough under separate heat connection and supply agreements. The potential heat customers for early phases include Oldham Council (details of which can be found in Appendix R (Oldham Low Carbon Heat Network OBC / Customer Letter of Intent OMBC) of the Invitation To Tender (ITT), First Choice Homes Oldham (FCHO), The Oldham College, Royal Oldham Hospital and other NHS sites and the new Muse residential developments in Oldham Town Centre. For further information on potential customers for later phases please see the Zone Market Prospectus in Appendix S of the ITT. For the wider borough, potential customers also include schools and Registered Housing Providers. The Council has secured an PS8.78 million grant from the Green Heat Network Fund (GHNF) to support this initiative, with plans for future expansion under the Advanced Zoning Programme (AZP). A portion of the GHNF grant funding that the Council has obtained from the DESNZ will be used to commission early works which will then be adopted by the Development Partner under the SEP Agreement. If the heat network project is approved in accordance with the SEP Agreement, the Council intends to pass on the residual capital GHNF grant funding to the Project Company under an On Grant Agreement. The procurement documents include a Project Information Document (PID) which provides a thorough overview of the SEP and the opportunities beyond the heat network. The PID identifies several site-level projects on Council-owned assets which could be included in the SEP's Strategic Programmes for the first 5-year Strategic Business Plan (SBP) based on the information currently available. These projects include roof-mounted solar PV at four sites, solar car ports at three sites, ground mounted PV at three sites and a gasifying biomass CHP at one site, as well as an opportunity for Operation and Maintenance and Power Purchase Agreement for one site - more details can be found in Section 10 of the PID. The SEP Agreement will also set out a number of requirements which the non-heat work projects must meet in order to proceed into an approvals gateway process. Where these projects proceed the Development Partner will enter into separate contracts with its customers (including the Council). It is the Council's intention that all of the potential projects listed in the PID and the separate contracts entered into in respect of those projects are in scope for delivery by the Development Partner. It is also the Council's intention that any future projects which arise within the three Asset Classes (heat networks, electricity generation & storage and Electric Vehicle Charging Infrastructure) on Council-owned assets which are not listed in the PID will also be in scope for delivery by the Development Partner. Information contained within this notice is not all inclusive, and readers are directed to obtain and review the procurement documents for full details, and to ensure their understanding of all matters before making any commercial decisions in respect of this opportunity. The 'Total Value' stated within this UK4 Tender Notice has been estimated according to the potential total future revenues from opportunities arising from the contract. Although the contract has a maximum term of 25 years, it is expected that projects and separate contracts arising from the SEP Agreement may have terms which extend beyond the term of the SEP Agreement (for example in the case of the heat network and related connection and supply contracts). Factors considered include the ratio of required capital investment to revenue for different energy technology types, proportion of domestic versus commercial customers, and deliverability factors in terms of the expected proportion of theoretical projects currently identified at a high level in the Local Area Energy Plan which are deliverable in reality. Taking into account all of the above factors, the estimated contract value and so 'Total Value' stated within this UK4 Tender Notice is between PS2.2 billion (excluding VAT) / PS2.62 billion (including VAT) and PS3.2 billion (excluding VAT) / PS3.8 billion (including VAT). This is an estimated value only and the real value of the contract will depend on a wide range of factors associated with developing projects of varying types with different stakeholders in varying locations. The Council makes no representation nor guarantee that this estimated value will be realised during the lifetime of the SEP Agreement or thereafter. Suppliers should make their own independent commercial enquires, estimates, judgements and decisions associated with this SEP. The Council will require the Development Partner to be a single entity, and therefore if the successful Supplier is a consortium it will be required to form a Special Purpose Vehicle or for one consortium member to act as lead contractor. Regarding bidding models, the Council stipulates in its procurement documents that any person or organisation that is a proposed Key Sub-Contractor, Partner, Consortium Member (SC-P-CM) or similar for a bidding Supplier may be a Key SC-P-CM or similar for one bidding Supplier only. If the bidding Supplier intends to appoint a Key SC-P-CM or similar, it must ensure that the Key SC-P-CM or similar is not also proposed as a Key SC-P-CM or similar in any other bidding Supplier's response to the tender document. The Council envisaged the lead CPV code being 71314000 Energy and Related Services. The set-up options for this UK4 Tender Notice do not enable the distinct selection of a 'lead' CPV code, and therefore the Energy and Related Services code is captured under the hierarchy of the higher level Engineering Services code. Section 4 of the ITT details the reasons why this tender has not been lotted. Regarding the Council's market capacity building objectives; to support potential Suppliers to network with other organisations who may be interested in collaboration opportunities, forming sub-contract relationships, partnerships, consortium arrangements or otherwise; interested parties may email/contact info@greeneconomy.co.uk to register interest in its sign-posting service if its offering is of interest: Green Economy are collating and sharing data (within agreed parameters and with consent) between organisations which are capable of bidding directly for this contract opportunity and organisations which are capable of being, or have potential to be; sub-suppliers or sub-contractors to such larger organisations bidding directly. Organisations may contact Green Economy to determine whether engagement for this purpose is appropriate, but they are under no obligation to do so. You can read more about Green Economy on their website: https://www.greeneconomy.co.uk/ Procurement documents - redacted versions published: There are certain elements (e.g., appendices/schedules) of the ITT documents provided at the date of this notice which are outstanding, as indicated within each document. In particular, the following appendices contain substantial redactions: -ITT Appendix B - Award Criteria -ITT Appendix C - Assessment Methodology Appendix B as published; details the full break down of Award Criteria questions along with corresponding weightings but does not include the full text of the questions themselves. The Council intends to publish the unredacted versions of Appendices B and C within three weeks of the date of this notice, and in any event no later than the date the Council will confirm the Suppliers proceeding to Stage 2 (of the Competitive Flexible Procedure described herein) and publication of the Invitation To Tender. Please refer to the Procurement Timetable at Section 7 of the ITT for this planned date. Please refer to the section below 'SUBMISSION ADDRESS AND ANY SPECIAL INSTRUCTIONS' for details of how to obtain and submit documents. Suppliers are solely responsible for ensuring they access and download all procurement documentation at every stage of the procurement process.
Lot Information
Lot 1
Options: Options to extend the term of the Partnership as described in the 'Description of extensions' section of this notice.
Renewal: The initial term of the Partnership is 15 years with options to extend thereafter in 5 year increments up to a maximum term of 25 years in total.
Planning Information
The primary objectives of this market engagement exercise are; to share information in relation to the Project and the planned tender opportunity; to obtain feedback from potential suppliers/the market, and to enable potential suppliers to network with other organisations who may be interested in forming a consortium or otherwise. The planned stages for the Council's market engagement are: Stage 1 - An online Supplier Engagement Session will be held on Zoom Thursday 8th May 2025 at 09.00 and will last up to 3 hours. The session will allow for questions and answers. THE MARKET ENGAGEMENT PACK CONTAINS FULL DETAILS. Attendance is recommended but not mandatory. The session slides and any recording will be published after the session via The Chest. Registration is required to facilitate admission. There is no registration deadline. The link to register is: https://ey.zoom.us/webinar/register/WN_Mxsy54waRO-qKU-5QT75aw#/registration Once registration is complete, an automatic email will be triggered providing suppliers with all the necessary information to join the session on the day. Building local community wealth, delivering social value, and fostering local economic growth is one of the Strategic Partnership aims, and the Council aims to support and, as best possible, facilitate timely business-to-business networking opportunities and market-capacity building opportunities linked to this Project opportunity. This is one of the Council's primary objectives for its market engagement (referred to in Section 3.2 Objectives of the Council's Market Engagement Document). In furtherance of this aim, the Council hopes suppliers are open to sharing their contact information: As part of the registration process you will be asked if you are willing to allow the Council to share your company contact details with other organisations which access the Project opportunity through The Chest and Green Economy (https://www.greeneconomy.co.uk/). You will be asked to proactively opt-in to authorise the sharing of your data. If you do not opt-in your data will not be shared. Stage 2 - Written responses to the market engagement pack are invited: Suppliers are asked to submit through The Chest; written responses to a number of questions detailed in the Market Engagement Pack (Appendix 2) by the deadline stated within this notice (Friday 23rd May 2025 @ 13.00). Written responses are not mandatory nor are they a prerequisite for accessing future procurement documents. Stage 3 - Follow Up Discussions: Following the receipt and consideration of all written responses to the market engagement exercise, the Council may issue a written request for clarification to a respondent or invite a respondent to take part in a one-to-one discussion around their Appendix 2 responses via MS Teams. The Council intends that only those organisations which submit a substantial written response to Appendix 2 will be considered for one-to-one discussions. For the avoidance of doubt, organisations which do not participate in the market engagement stages will not be excluded from or disadvantaged in any future procurement process. How to obtain and submit documents: The Council's uses The Chest e-tendering system https://www.the-chest.org.uk/ The market engagement pack is available free of charge via The Chest. Responses to the market engagement must be returned, and any clarifications/questions raised, through this same system. The market engagement pack contains full instructions for participation, details of the Project opportunity, indicative procurement timeline and process, and a set of questions to respond to. Please allow sufficient time before the submission deadline to upload and submit your response through The Chest. Help and Support - Proactis/The Chest: In the event that suppliers require assistance with the use of or access to the Council's e-tendering portal, please go to https://www.the-chest.org.uk/SupplierSupport.html. Here there will be a hyperlink to log issues or 'submit a ticket' for ProContract V3. Alternatively, calls can be logged by emailing ProContractSuppliers@proactis.com and a representative will contact you as soon as possible. For critical and time-sensitive issues (normally requiring resolution within 60 minutes) then please call 0330 005 0352. This telephone number is attended 09.00 - 17.30 Monday to Friday.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05078f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/028781-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
09 - Petroleum products, fuel, electricity and other sources of energy
31 - Electrical machinery, apparatus, equipment and consumables; lighting
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
42 - Industrial machinery
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
50 - Repair and maintenance services
65 - Public utilities
66 - Financial and insurance services
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
09000000 - Petroleum products, fuel, electricity and other sources of energy
31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
39715000 - Water heaters and heating for buildings; plumbing equipment
42000000 - Industrial machinery
44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45000000 - Construction work
50700000 - Repair and maintenance services of building installations
65000000 - Public utilities
66114000 - Financial leasing services
66122000 - Corporate finance and venture capital services
71300000 - Engineering services
71500000 - Construction-related services
79100000 - Legal services
79400000 - Business and management consultancy and related services
79900000 - Miscellaneous business and business-related services
90700000 - Environmental services
Notice Value(s)
- Tender Value
- £3,200,000,000 £1B-£10B
- Lots Value
- £3,200,000,000 £1B-£10B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 27 Mar 20264 weeks ago
- Submission Deadline
- Not specified
- Future Notice Date
- 20 Mar 2026Expired
- Award Date
- Not specified
- Contract Period
- 29 Nov 2027 - 28 Nov 2042 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- OLDHAM METROPOLITAN BOROUGH COUNCIL
- Additional Buyers
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- OLDHAM
- Postcode
- OL1 1HD
- Post Town
- Oldham
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI45 Lambeth
- Delivery Location
- TLD North West (England), TLD3 Greater Manchester
-
- Local Authority
- Lambeth
- Electoral Ward
- Vauxhall
- Westminster Constituency
- Vauxhall and Camberwell Green
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/028781-2026
27th March 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/004183-2026
19th January 2026 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/055787-2025
11th September 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/022019-2025
16th May 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/021148-2025
14th May 2025 - Pipeline notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/017011-2025
25th April 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/016999-2025
25th April 2025 - Preliminary market engagement notice on Find a Tender -
https://vimeo.com/1084312503/3354e76ca7
This link relates to the market engagement online event held by the Council 8th May 2025. It is shared as part of this UK3 Notice as it may be considered to contain historical information of interest for any organization/individual which did not access it at the Market Engagement stage. NOTHING IN THIS RECORDING SHOULD BE RELIED UPON FOR ANY ASPECT OF THE FUTURE PLANNED SUBSTANTIVE PROCUREMENT PROCESS. For the avoidance of any doubt: This recording will not form part of the future planned UK4 Tender Notice or substantive procurement documents. The Council intends for the forthcoming UK4 Tender Notice and procurement documents to fully replace and override all content contained within its previous publications, including this UK3 Notice, and is not, at this stage, able to accept and respond to questions about this recording. -
https://www.find-tender.service.gov.uk/Notice/Attachment/A-5103
This document was published as part of the Council's Market Engagement stage in May 2025. It is shared as an attachment to this UK3 Notice as it may be considered to contain historical information of interest for any organization/individual which did not access it at the Market Engagement stage. THIS VERSION SHOULD NOT BE RELIED UPON FOR ANY ASPECT OF THE FUTURE PLANNED SUBSTANTIVE PROCUREMENT PROCESS. For the avoidance of any doubt: This particular file/document version will not form part of the future planned UK4 Tender Notice or substantive procurement documents, although a similar file which may contain amended/updated content may do. INTERESTED PARTIES SHOULD NOT PLACE ANY RELIANCE ON THIS DOCUMENT. The Council intends for the forthcoming UK4 Tender Notice and procurement documents to fully replace and override all content contained within its previous publications, including this UK3 Notice, and is not, at this stage, able to accept and respond to questions about this document. -
https://www.find-tender.service.gov.uk/Notice/Attachment/A-5104
This document was published as part of the Council's Market Engagement stage in May 2025. It is shared as an attachment to this UK3 Notice as it may be considered to contain historical information of interest for any organization/individual which did not access it at the Market Engagement stage. THIS VERSION SHOULD NOT BE RELIED UPON FOR ANY ASPECT OF THE FUTURE PLANNED SUBSTANTIVE PROCUREMENT PROCESS. For the avoidance of any doubt: This particular file/document version may not form part of the future planned UK4 Tender Notice or substantive procurement documents, although a similar file which may contain amended/updated content may do. INTERESTED PARTIES SHOULD NOT PLACE ANY RELIANCE ON THIS DOCUMENT. The Council intends for the forthcoming UK4 Tender Notice and procurement documents to fully replace and override all content contained within its previous publications, including this UK3 Notice, and is not, at this stage, able to accept and respond to questions about this document. -
https://www.find-tender.service.gov.uk/Notice/Attachment/A-5105
This document was published as part of the Council's Market Engagement stage in May 2025. It is shared as an attachment to this UK3 Notice as it may be considered to contain historical information of interest for any organization/individual which did not access it at the Market Engagement stage. THIS VERSION SHOULD NOT BE RELIED UPON FOR ANY ASPECT OF THE FUTURE PLANNED SUBSTANTIVE PROCUREMENT PROCESS. For the avoidance of any doubt: This particular file/document version may not form part of the future planned UK4 Tender Notice or substantive procurement documents, although a similar file which may contain amended/updated content may do. INTERESTED PARTIES SHOULD NOT PLACE ANY RELIANCE ON THIS DOCUMENT. The Council intends for the forthcoming UK4 Tender Notice and procurement documents to fully replace and override all content contained within its previous publications, including this UK3 Notice, and is not, at this stage, able to accept and respond to questions about this document. -
https://www.find-tender.service.gov.uk/Notice/Attachment/A-5107
This document relates to the market engagement online event held by the Council 8th May 2025 and the Vimeo webinar recording also shared within this notice. It is shared as part of this UK3 Notice as it may be considered to contain historical information of interest for any organization/individual which did not access it at the Market Engagement stage. NOTHING IN THIS DOCUMENT SHOULD BE RELIED UPON FOR ANY ASPECT OF THE FUTURE PLANNED SUBSTANTIVE PROCUREMENT PROCESS. For the avoidance of any doubt: This document will not form part of the future planned UK4 Tender Notice or substantive procurement documents. The Council intends for the forthcoming UK4 Tender Notice and procurement documents to fully replace and override all content contained within its previous publications, including this UK3 Notice, and is not, at this stage, able to accept and respond to questions about this document.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-05078f-2026-03-27T18:49:38Z",
"date": "2026-03-27T18:49:38Z",
"ocid": "ocds-h6vhtk-05078f",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PMRJ-8362-DVNT",
"name": "Oldham Metropolitan Borough Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PMRJ-8362-DVNT"
},
"address": {
"streetAddress": "Spindles Shopping Centre, West Street",
"locality": "Oldham",
"postalCode": "OL1 1HD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD37"
},
"contactPoint": {
"email": "commercial.procurementunit@oldham.gov.uk",
"name": "Emma Tweedie"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-COH-OC300001",
"name": "ERNST & YOUNG LLP",
"identifier": {
"scheme": "GB-COH",
"id": "OC300001"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PMLW-7292-ZXTL"
}
],
"address": {
"streetAddress": "1 More London Place",
"locality": "London",
"postalCode": "SE1 2AF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI44"
},
"contactPoint": {
"email": "eytenders@uk.ey.com"
},
"roles": [
"procuringEntity"
],
"roleDetails": "Independent Assurance Provider",
"details": {
"url": "https://www.ey.com/en_uk"
}
},
{
"id": "GB-COH-OC317661",
"name": "WOMBLE BOND DICKINSON (UK) LLP",
"identifier": {
"scheme": "GB-COH",
"id": "OC317661"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PYBM-6288-WNYY"
}
],
"address": {
"streetAddress": "4 More London Riverside",
"locality": "London",
"postalCode": "SE1 1AU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI44"
},
"contactPoint": {
"email": "bids@wbd-uk.com"
},
"roles": [
"procuringEntity"
],
"roleDetails": "Legal Advisors",
"details": {
"url": "http://www.womblebonddickinson.com"
}
},
{
"id": "GB-COH-02049511",
"name": "BURO HAPPOLD LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "02049511"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PMYR-5199-WHTD"
}
],
"address": {
"streetAddress": "Pinesgate, Lower Bristol Road",
"locality": "Bath",
"postalCode": "BA2 3DP",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK12"
},
"contactPoint": {
"email": "projectleads@burohappold.com"
},
"roles": [
"procuringEntity"
],
"roleDetails": "Heat Network Consultants",
"details": {
"url": "https://www.burohappold.com"
}
},
{
"id": "GB-COH-09197997",
"name": "SOCIAL VALUE PORTAL LTD",
"identifier": {
"scheme": "GB-COH",
"id": "09197997"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PQHH-4489-TLZM"
}
],
"address": {
"streetAddress": "Tintagel House",
"locality": "London",
"postalCode": "SE1 7TY",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI45"
},
"contactPoint": {
"email": "sales@socialvalueportal.com"
},
"roles": [
"procuringEntity"
],
"roleDetails": "Providers of social value platform and associated support service",
"details": {
"url": "https://www.socialvalueportal.com/"
}
}
],
"buyer": {
"id": "GB-PPON-PMRJ-8362-DVNT",
"name": "Oldham Metropolitan Borough Council"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "The primary objectives of this market engagement exercise are; to share information in relation to the Project and the planned tender opportunity; to obtain feedback from potential suppliers/the market, and to enable potential suppliers to network with other organisations who may be interested in forming a consortium or otherwise. The planned stages for the Council's market engagement are: Stage 1 - An online Supplier Engagement Session will be held on Zoom Thursday 8th May 2025 at 09.00 and will last up to 3 hours. The session will allow for questions and answers. THE MARKET ENGAGEMENT PACK CONTAINS FULL DETAILS. Attendance is recommended but not mandatory. The session slides and any recording will be published after the session via The Chest. Registration is required to facilitate admission. There is no registration deadline. The link to register is: https://ey.zoom.us/webinar/register/WN_Mxsy54waRO-qKU-5QT75aw#/registration Once registration is complete, an automatic email will be triggered providing suppliers with all the necessary information to join the session on the day. Building local community wealth, delivering social value, and fostering local economic growth is one of the Strategic Partnership aims, and the Council aims to support and, as best possible, facilitate timely business-to-business networking opportunities and market-capacity building opportunities linked to this Project opportunity. This is one of the Council's primary objectives for its market engagement (referred to in Section 3.2 Objectives of the Council's Market Engagement Document). In furtherance of this aim, the Council hopes suppliers are open to sharing their contact information: As part of the registration process you will be asked if you are willing to allow the Council to share your company contact details with other organisations which access the Project opportunity through The Chest and Green Economy (https://www.greeneconomy.co.uk/). You will be asked to proactively opt-in to authorise the sharing of your data. If you do not opt-in your data will not be shared. Stage 2 - Written responses to the market engagement pack are invited: Suppliers are asked to submit through The Chest; written responses to a number of questions detailed in the Market Engagement Pack (Appendix 2) by the deadline stated within this notice (Friday 23rd May 2025 @ 13.00). Written responses are not mandatory nor are they a prerequisite for accessing future procurement documents. Stage 3 - Follow Up Discussions: Following the receipt and consideration of all written responses to the market engagement exercise, the Council may issue a written request for clarification to a respondent or invite a respondent to take part in a one-to-one discussion around their Appendix 2 responses via MS Teams. The Council intends that only those organisations which submit a substantial written response to Appendix 2 will be considered for one-to-one discussions. For the avoidance of doubt, organisations which do not participate in the market engagement stages will not be excluded from or disadvantaged in any future procurement process. How to obtain and submit documents: The Council's uses The Chest e-tendering system https://www.the-chest.org.uk/ The market engagement pack is available free of charge via The Chest. Responses to the market engagement must be returned, and any clarifications/questions raised, through this same system. The market engagement pack contains full instructions for participation, details of the Project opportunity, indicative procurement timeline and process, and a set of questions to respond to. Please allow sufficient time before the submission deadline to upload and submit your response through The Chest. Help and Support - Proactis/The Chest: In the event that suppliers require assistance with the use of or access to the Council's e-tendering portal, please go to https://www.the-chest.org.uk/SupplierSupport.html. Here there will be a hyperlink to log issues or 'submit a ticket' for ProContract V3. Alternatively, calls can be logged by emailing ProContractSuppliers@proactis.com and a representative will contact you as soon as possible. For critical and time-sensitive issues (normally requiring resolution within 60 minutes) then please call 0330 005 0352. This telephone number is attended 09.00 - 17.30 Monday to Friday.",
"dueDate": "2025-05-23T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "016999-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/016999-2025",
"datePublished": "2025-04-25T12:16:56+01:00",
"format": "text/html"
},
{
"id": "017011-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/017011-2025",
"datePublished": "2025-04-25T12:41:05+01:00",
"format": "text/html"
},
{
"id": "021148-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/021148-2025",
"datePublished": "2025-05-14T11:05:58+01:00",
"format": "text/html"
},
{
"id": "022019-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/022019-2025",
"datePublished": "2025-05-16T09:24:54+01:00",
"format": "text/html"
},
{
"id": "055787-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/055787-2025",
"datePublished": "2025-09-11T12:32:49+01:00",
"format": "text/html"
},
{
"id": "004183-2026",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/004183-2026",
"datePublished": "2026-01-19T09:33:13Z",
"format": "text/html"
}
]
},
"tender": {
"id": "DN748209",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Oldham Green New Deal Partnership",
"description": "Oldham Metropolitan Borough Council (\"the Council\") is seeking to develop a long-term energy partnership with a Development Partner. The Development Partner will work in collaboration with the Council, key stakeholders and organisations to bring about the transformation and decarbonisation of Oldham's energy infrastructure. The Development Partner shall work to originate, define, develop, finance, deliver and operate a broad range of decarbonisation projects and initiatives across Oldham, with support from the Council. The Development Partner is expected to leverage its expertise, experience, capacity and capabilities to innovate and generate holistic and deliverable energy solutions, and to exploit its unique apex position within Oldham's energy system to develop and implement an innovative business model which maximises the benefit of technological and commercial synergies between different low carbon Asset Classes. The Strategic Energy Partnership's (SEP) key anchor project is the Heat Network Reference Scheme including the existing St Mary's scheme, which may serve as the foundation for a potential Zonal Heat Network. The SEP Agreement will set out a number of requirements which the heat network project must meet in order to proceed into an approvals gateway process. If the project proceeds beyond the development period (i.e. is \"approved\" as part of the approvals gateway process), the Council and Development Partner will become shareholders in a Project Company, albeit that the Council's shareholding will be limited to a \"Golden Share\". The Golden Share will simply allow the Council to exercise control in relation to a limited number of reserved matters including carbon intensity, reporting and tariffs. If the Heat Network Reference Scheme project is approved at the end of the development period, the Project Company will be the supplier of heat to a number of public and private sector bodies in the borough under separate heat connection and supply agreements. The potential heat customers for early phases include Oldham Council (details of which can be found in Appendix R (Oldham Low Carbon Heat Network OBC / Customer Letter of Intent OMBC) of the Invitation To Tender (ITT), First Choice Homes Oldham (FCHO), The Oldham College, Royal Oldham Hospital and other NHS sites and the new Muse residential developments in Oldham Town Centre. For further information on potential customers for later phases please see the Zone Market Prospectus in Appendix S of the ITT. For the wider borough, potential customers also include schools and Registered Housing Providers. The Council has secured an PS8.78 million grant from the Green Heat Network Fund (GHNF) to support this initiative, with plans for future expansion under the Advanced Zoning Programme (AZP). A portion of the GHNF grant funding that the Council has obtained from the DESNZ will be used to commission early works which will then be adopted by the Development Partner under the SEP Agreement. If the heat network project is approved in accordance with the SEP Agreement, the Council intends to pass on the residual capital GHNF grant funding to the Project Company under an On Grant Agreement. The procurement documents include a Project Information Document (PID) which provides a thorough overview of the SEP and the opportunities beyond the heat network. The PID identifies several site-level projects on Council-owned assets which could be included in the SEP's Strategic Programmes for the first 5-year Strategic Business Plan (SBP) based on the information currently available. These projects include roof-mounted solar PV at four sites, solar car ports at three sites, ground mounted PV at three sites and a gasifying biomass CHP at one site, as well as an opportunity for Operation and Maintenance and Power Purchase Agreement for one site - more details can be found in Section 10 of the PID. The SEP Agreement will also set out a number of requirements which the non-heat work projects must meet in order to proceed into an approvals gateway process. Where these projects proceed the Development Partner will enter into separate contracts with its customers (including the Council). It is the Council's intention that all of the potential projects listed in the PID and the separate contracts entered into in respect of those projects are in scope for delivery by the Development Partner. It is also the Council's intention that any future projects which arise within the three Asset Classes (heat networks, electricity generation & storage and Electric Vehicle Charging Infrastructure) on Council-owned assets which are not listed in the PID will also be in scope for delivery by the Development Partner. Information contained within this notice is not all inclusive, and readers are directed to obtain and review the procurement documents for full details, and to ensure their understanding of all matters before making any commercial decisions in respect of this opportunity. The 'Total Value' stated within this UK4 Tender Notice has been estimated according to the potential total future revenues from opportunities arising from the contract. Although the contract has a maximum term of 25 years, it is expected that projects and separate contracts arising from the SEP Agreement may have terms which extend beyond the term of the SEP Agreement (for example in the case of the heat network and related connection and supply contracts). Factors considered include the ratio of required capital investment to revenue for different energy technology types, proportion of domestic versus commercial customers, and deliverability factors in terms of the expected proportion of theoretical projects currently identified at a high level in the Local Area Energy Plan which are deliverable in reality. Taking into account all of the above factors, the estimated contract value and so 'Total Value' stated within this UK4 Tender Notice is between PS2.2 billion (excluding VAT) / PS2.62 billion (including VAT) and PS3.2 billion (excluding VAT) / PS3.8 billion (including VAT). This is an estimated value only and the real value of the contract will depend on a wide range of factors associated with developing projects of varying types with different stakeholders in varying locations. The Council makes no representation nor guarantee that this estimated value will be realised during the lifetime of the SEP Agreement or thereafter. Suppliers should make their own independent commercial enquires, estimates, judgements and decisions associated with this SEP. The Council will require the Development Partner to be a single entity, and therefore if the successful Supplier is a consortium it will be required to form a Special Purpose Vehicle or for one consortium member to act as lead contractor. Regarding bidding models, the Council stipulates in its procurement documents that any person or organisation that is a proposed Key Sub-Contractor, Partner, Consortium Member (SC-P-CM) or similar for a bidding Supplier may be a Key SC-P-CM or similar for one bidding Supplier only. If the bidding Supplier intends to appoint a Key SC-P-CM or similar, it must ensure that the Key SC-P-CM or similar is not also proposed as a Key SC-P-CM or similar in any other bidding Supplier's response to the tender document. The Council envisaged the lead CPV code being 71314000 Energy and Related Services. The set-up options for this UK4 Tender Notice do not enable the distinct selection of a 'lead' CPV code, and therefore the Energy and Related Services code is captured under the hierarchy of the higher level Engineering Services code. Section 4 of the ITT details the reasons why this tender has not been lotted. Regarding the Council's market capacity building objectives; to support potential Suppliers to network with other organisations who may be interested in collaboration opportunities, forming sub-contract relationships, partnerships, consortium arrangements or otherwise; interested parties may email/contact info@greeneconomy.co.uk to register interest in its sign-posting service if its offering is of interest: Green Economy are collating and sharing data (within agreed parameters and with consent) between organisations which are capable of bidding directly for this contract opportunity and organisations which are capable of being, or have potential to be; sub-suppliers or sub-contractors to such larger organisations bidding directly. Organisations may contact Green Economy to determine whether engagement for this purpose is appropriate, but they are under no obligation to do so. You can read more about Green Economy on their website: https://www.greeneconomy.co.uk/ Procurement documents - redacted versions published: There are certain elements (e.g., appendices/schedules) of the ITT documents provided at the date of this notice which are outstanding, as indicated within each document. In particular, the following appendices contain substantial redactions: -ITT Appendix B - Award Criteria -ITT Appendix C - Assessment Methodology Appendix B as published; details the full break down of Award Criteria questions along with corresponding weightings but does not include the full text of the questions themselves. The Council intends to publish the unredacted versions of Appendices B and C within three weeks of the date of this notice, and in any event no later than the date the Council will confirm the Suppliers proceeding to Stage 2 (of the Competitive Flexible Procedure described herein) and publication of the Invitation To Tender. Please refer to the Procurement Timetable at Section 7 of the ITT for this planned date. Please refer to the section below 'SUBMISSION ADDRESS AND ANY SPECIAL INSTRUCTIONS' for details of how to obtain and submit documents. Suppliers are solely responsible for ensuring they access and download all procurement documentation at every stage of the procurement process.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "09000000",
"description": "Petroleum products, fuel, electricity and other sources of energy"
},
{
"scheme": "CPV",
"id": "31000000",
"description": "Electrical machinery, apparatus, equipment and consumables; lighting"
},
{
"scheme": "CPV",
"id": "39715000",
"description": "Water heaters and heating for buildings; plumbing equipment"
},
{
"scheme": "CPV",
"id": "42000000",
"description": "Industrial machinery"
},
{
"scheme": "CPV",
"id": "44000000",
"description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "65000000",
"description": "Public utilities"
},
{
"scheme": "CPV",
"id": "66114000",
"description": "Financial leasing services"
},
{
"scheme": "CPV",
"id": "66122000",
"description": "Corporate finance and venture capital services"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
},
{
"scheme": "CPV",
"id": "79100000",
"description": "Legal services"
},
{
"scheme": "CPV",
"id": "79400000",
"description": "Business and management consultancy and related services"
},
{
"scheme": "CPV",
"id": "79900000",
"description": "Miscellaneous business and business-related services"
},
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
}
],
"deliveryAddresses": [
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD3",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 3800000000,
"amount": 3200000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2027-11-29T00:00:00Z",
"endDate": "2042-11-28T23:59:59Z",
"maxExtentDate": "2052-11-28T23:59:59Z"
},
"hasRenewal": true,
"status": "active",
"value": {
"amountGross": 3800000000,
"amount": 3200000000,
"currency": "GBP"
},
"renewal": {
"description": "The initial term of the Partnership is 15 years with options to extend thereafter in 5 year increments up to a maximum term of 25 years in total."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical Qualitative",
"description": "Further detail is provided in the ITT documentation.",
"numbers": [
{
"number": 47.26,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Commercial - Qualitative",
"description": "Further detail is provided in the ITT documentation.",
"numbers": [
{
"number": 21.69,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Commercial - Quantitative",
"description": "Further detail is provided in the ITT documentation.",
"numbers": [
{
"number": 6.05,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Legal - Qualitative",
"description": "Further detail is provided in the ITT documentation.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value - Qualitative",
"description": "Further detail is provided in the ITT documentation.",
"numbers": [
{
"number": 12,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value - Quantitative",
"description": "Further detail is provided in the ITT documentation.",
"numbers": [
{
"number": 3,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 3
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please refer to the ITT documentation."
},
{
"type": "technical",
"description": "Please refer to the ITT documentation."
},
{
"description": "Refer to the Procedure section of this notice and in particular details under 'Stage 1: Conditions of Participation'. The assessment of PSQ responses is intended to identify up to a maximum of three Suppliers to be invited to participate in Stage 2. The ITT sets out the process for identifying the three Suppliers, minimum score requirements against individual and collective scored criteria, rules of disqualification, and examples which illustrates potential circumstances whereby the Council would invite a greater or lesser number than three Suppliers to participate in Stage 2.",
"forReduction": true
}
]
},
"suitability": {
"sme": true
},
"hasOptions": true,
"options": {
"description": "Options to extend the term of the Partnership as described in the 'Description of extensions' section of this notice."
}
}
],
"communication": {
"futureNoticeDate": "2026-03-20T23:59:59Z"
},
"status": "active",
"amendments": [
{
"id": "017011-2025",
"description": "The year in the contract end dates were corrected to reflect the full term."
},
{
"id": "022019-2025",
"description": "Contact email address changed"
},
{
"id": "004183-2026",
"description": "Estimated dates for the following have been amended but remain estimates: Contract dates, publication date of the tender notice, deadline for requests to participate, award decision date."
}
],
"procurementMethodDetails": "Competitive flexible procedure",
"procurementMethod": "selective",
"procedure": {
"features": "This tender notice relates to the Council's intention to award a public contract through a competitive flexible procedure in accordance with section 20(1) and (2)(b) of the Act. Information contained within this notice is limited by various format and permitted character-counts or otherwise of Find A Tender Service and therefore must not be considered to be all inclusive. Readers are directed to obtain and review the procurement documents for full details, and to ensure their understanding of all matters before making any commercial decisions in respect of this opportunity. This Competitive Flexible Procedure will be conducted in five (5) stages. The stages consist of: Stage 1: Conditions of Participation Stage 1 commenced with the issuing of this Tender Notice and the publication of the Invitation to Tender (ITT). The ITT includes a Procurement Specific Questionnaire (PSQ) at Appendix D which all Suppliers are required to complete and return in accordance with the Procurement Timetable and instructions therein. The Council will undertake a review and assessment of the completed PSQ as detailed in the ITT. The assessment of PSQ responses is intended to identify up to a maximum of three Suppliers to be invited to participate in Stage 2. The ITT sets out the process for identifying the three Suppliers, minimum score requirements against individual and collective scored criteria, rules of disqualification, and examples which illustrates potential circumstances whereby the Council would invite a greater or lesser number than three Suppliers to participate in Stage 2. Stage 1 will complete with Suppliers being notified in writing of whether or not they have been successfully shortlisted to participate in Stage 2. Stage 2: Interim Tender Response Phase (Incorporating Introductory Meeting) (Parallel Engagement Phase) Suppliers shortlisted at Stage 1 will receive a letter which will invite them to an introductory meeting, provide them with instructions for Interim Tender Responses and any new information regarding the procurement including any revisions to the timeline for submissions. The anticipated agenda for the introductory meeting is as follows: (a) introduce the Council's officers and commercial, legal and technical advisors; (b) meet the Supplier's Team; and (c) Council overview of the procurement process (including requirements for Stages 2 and 3) and the core elements of the Council's requirements for the Strategic Energy Partnership. Following the initial meeting, Suppliers will able to submit an Interim Tender Response in accordance with the Procurement Timetable, information set out in the letter and ITT: A selection of questions (identified in the ITT) across Technical, Commercial, Social Value and Legal award criteria categories are open for Interim Tender Response. Suppliers will be able to submit a single Interim Tender Response for the specified questions under these categories, with the exception of the Legal questions which will allow up to three submissions. Interim Tender Responses are not assessed. Their purpose is to allow Suppliers to share their outline responses to the specified award criteria with the Council, and in doing so identify aspects thereof that they would like to discuss in more detail during Stage 3 Dialogue Meetings. Not all question responses will be due at the same time. There will be phases of Interim Tender Response requirements to inform Stage 3 Dialogue Meetings which will managed in waves. The Council will provide instructions on the content and deadline for each Interim Tender Response which will align with the content and timing of the corresponding dialogue meetings. Please refer to the ITT for further details. Stage 3: Dialogue Meetings (Parallel Engagement Phase) It is expected that there will be up to a maximum of 19 dialogue meetings (each of up to 2.5 hours duration) with each Supplier to cover the specific award criteria indicated for dialogue in the ITT across the Technical, Commercial, Social Value and Legal award criteria categories. The purpose of the dialogue meetings is to discuss and give feedback on the Suppliers' Interim Tender Responses. The Council expressly reserves the right to refine and update the documents provided during the procurement process, including to refine the award criteria in accordance with section 24 of the Procurement Act 2023. Where the award criteria are refined, this may include, but is not limited to; amending the weightings of each criterion and/or making improvements or clarificatory amendments to the text and/or applicable scoring methodologies. Where refinements are made, the Council will republish or reissue the relevant document or appendix/schedule and, where required, will publish an update to this Tender Notice. Stage 4: Invitation to Submit a Final Tender Response Following the closure of Stage 3, the Council will confirm instructions to Suppliers for the submission of their Final Tender Response. Suppliers must respond to all Technical, Commercial, Social Value and Legal questions set out in Appendix B: Award Criteria of the ITT. Suppliers' Final Tender Responses will be evaluated in accordance with the assessment methodology set out in Appendix C: Assessment Methodology of the ITT. The Council will conduct an assessment of all Final Tender Responses in order to identify the Supplier which has submitted the Most Advantageous Tender. Stage 5: Preferred Supplier Stage Following conclusion of Stage 4, the Council will provide an assessment summary to all Suppliers that submitted Final Tender Responses to: (a) inform them whether they have been successful in the procurement; (b) provide an explanation of the assessment of the Supplier's tender against the relevant award criteria; (c) where different to the Supplier concerned, provide information in respect of the Most Advantageous Tender submitted, including details of the assessment of this tender against the relevant award criteria and the Preferred Supplier's name; and (d) engage in further discussions with the Supplier who the Council considers to have the Most Advantageous Tender (the \"Preferred Supplier\") in order to finalise the Contractual Documentation. Notwithstanding the above, any further discussions held with the Preferred Supplier will be solely for the purpose of finalising the Contractual Documentation based on their Final Tender Response and will not be an opportunity for negotiation. In the event that the Preferred Supplier attempts to negotiate or amend the Contractual Documentation beyond the position set out in its Final Tender Response then the Council reserves the right to exclude the relevant Supplier from the procurement and to proceed with the next Most Advantageous Tender. Subject to completion of the mandatory standstill period post-publication of a contract award notice on the Central Digital Platform (CDP), Stage 5 will end with the Council entering into the SEP Agreement with the Preferred Supplier, a copy of which will be published following the redaction of any information which the Council considers to be sensitive commercial information (as defined by the Act) and where there is an overriding public interest in withholding from publication. By issuing the procurement documents, the Council is not bound in any way and does not have to accept any Tender Response. The Council reserves the right to withdraw the contract opportunity without notice (save for any notice required by section 55 of the Act) and not award a contract under this procurement process (including as a result of the Council not receiving satisfactory responses). The Council will not be liable for any costs incurred by Suppliers during any stage of the process, including where the contract opportunity is withdrawn by the Council."
},
"submissionMethodDetails": "How to obtain and submit documents: The Council's uses The Chest e-tendering system https://www.the-chest.org.uk/ Tender documentation is available free of charge via The Chest. Project Reference: DN748209. Tender responses must be returned, and any clarifications/questions raised, through this same system. The tender documentation contains full instructions for participation, full details of the GNDP opportunity, both selection and award criteria, and the procurement timeline and process. Please allow sufficient time before the submission deadline to upload and submit your response through The Chest. Help and Support - Proactis/The Chest: In the event that suppliers require assistance with the use of or access to the Council's e-tendering portal, please go to www.the-chest.org.uk/SupplierSupport.html Here there will be a hyperlink to log a support call for the ProContract system. Alternatively, calls can be logged by emailing ProContractSuppliers@proactis.com and a representative will contact you as soon as possible. For critical and time-sensitive issues (normally requiring resolution within 60 minutes) then please call 0330 005 0352. This telephone number is attended 09.00 - 17.30 Monday to Friday. All communication (queries or clarifications) including your tender response must go through the Council's e-tendering portal www.the-chest.org.uk and must not be addressed directly to individual Council employees or any Council agent by email or otherwise. For the purpose of Find A Tender Service, and therefore information which the Council will require from the Supplier as part of the procurement process, it is the Council's understanding that setting up a consortium requires the designation of a lead bidder, that the consortium has a unique name, registers itself and bids in its own right, with individual consortium members' share codes appear by merit of them being connected persons in the Supplier information. If applicable, Suppliers may wish to view the 'Government Commercial Function - A Guide for Suppliers: How to set up consortia on Find a Tender' https://www.youtube.com/watch?v=M-FF4aTxViw The Council is providing this information in good faith, but accepts no responsibility for the completeness, accuracy, currentness or accessibility of this information. All interested parties are wholly responsible for their own knowledge, understanding and operability of all applicable legislation, processes, systems or otherwise associated with this public procurement process.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2026-05-27T13:00:00+01:00",
"awardPeriod": {
"endDate": "2027-09-20T23:59:59+01:00"
},
"documents": [
{
"id": "L-1",
"documentType": "biddingDocuments",
"description": "This link relates to the market engagement online event held by the Council 8th May 2025. It is shared as part of this UK3 Notice as it may be considered to contain historical information of interest for any organization/individual which did not access it at the Market Engagement stage. NOTHING IN THIS RECORDING SHOULD BE RELIED UPON FOR ANY ASPECT OF THE FUTURE PLANNED SUBSTANTIVE PROCUREMENT PROCESS. For the avoidance of any doubt: This recording will not form part of the future planned UK4 Tender Notice or substantive procurement documents. The Council intends for the forthcoming UK4 Tender Notice and procurement documents to fully replace and override all content contained within its previous publications, including this UK3 Notice, and is not, at this stage, able to accept and respond to questions about this recording.",
"url": "https://vimeo.com/1084312503/3354e76ca7"
},
{
"id": "A-5103",
"documentType": "biddingDocuments",
"description": "This document was published as part of the Council's Market Engagement stage in May 2025. It is shared as an attachment to this UK3 Notice as it may be considered to contain historical information of interest for any organization/individual which did not access it at the Market Engagement stage. THIS VERSION SHOULD NOT BE RELIED UPON FOR ANY ASPECT OF THE FUTURE PLANNED SUBSTANTIVE PROCUREMENT PROCESS. For the avoidance of any doubt: This particular file/document version will not form part of the future planned UK4 Tender Notice or substantive procurement documents, although a similar file which may contain amended/updated content may do. INTERESTED PARTIES SHOULD NOT PLACE ANY RELIANCE ON THIS DOCUMENT. The Council intends for the forthcoming UK4 Tender Notice and procurement documents to fully replace and override all content contained within its previous publications, including this UK3 Notice, and is not, at this stage, able to accept and respond to questions about this document.",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-5103",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-5104",
"documentType": "biddingDocuments",
"description": "This document was published as part of the Council's Market Engagement stage in May 2025. It is shared as an attachment to this UK3 Notice as it may be considered to contain historical information of interest for any organization/individual which did not access it at the Market Engagement stage. THIS VERSION SHOULD NOT BE RELIED UPON FOR ANY ASPECT OF THE FUTURE PLANNED SUBSTANTIVE PROCUREMENT PROCESS. For the avoidance of any doubt: This particular file/document version may not form part of the future planned UK4 Tender Notice or substantive procurement documents, although a similar file which may contain amended/updated content may do. INTERESTED PARTIES SHOULD NOT PLACE ANY RELIANCE ON THIS DOCUMENT. The Council intends for the forthcoming UK4 Tender Notice and procurement documents to fully replace and override all content contained within its previous publications, including this UK3 Notice, and is not, at this stage, able to accept and respond to questions about this document.",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-5104",
"format": "application/pdf"
},
{
"id": "A-5105",
"documentType": "biddingDocuments",
"description": "This document was published as part of the Council's Market Engagement stage in May 2025. It is shared as an attachment to this UK3 Notice as it may be considered to contain historical information of interest for any organization/individual which did not access it at the Market Engagement stage. THIS VERSION SHOULD NOT BE RELIED UPON FOR ANY ASPECT OF THE FUTURE PLANNED SUBSTANTIVE PROCUREMENT PROCESS. For the avoidance of any doubt: This particular file/document version may not form part of the future planned UK4 Tender Notice or substantive procurement documents, although a similar file which may contain amended/updated content may do. INTERESTED PARTIES SHOULD NOT PLACE ANY RELIANCE ON THIS DOCUMENT. The Council intends for the forthcoming UK4 Tender Notice and procurement documents to fully replace and override all content contained within its previous publications, including this UK3 Notice, and is not, at this stage, able to accept and respond to questions about this document.",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-5105",
"format": "application/pdf"
},
{
"id": "A-5107",
"documentType": "biddingDocuments",
"description": "This document relates to the market engagement online event held by the Council 8th May 2025 and the Vimeo webinar recording also shared within this notice. It is shared as part of this UK3 Notice as it may be considered to contain historical information of interest for any organization/individual which did not access it at the Market Engagement stage. NOTHING IN THIS DOCUMENT SHOULD BE RELIED UPON FOR ANY ASPECT OF THE FUTURE PLANNED SUBSTANTIVE PROCUREMENT PROCESS. For the avoidance of any doubt: This document will not form part of the future planned UK4 Tender Notice or substantive procurement documents. The Council intends for the forthcoming UK4 Tender Notice and procurement documents to fully replace and override all content contained within its previous publications, including this UK3 Notice, and is not, at this stage, able to accept and respond to questions about this document.",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-5107",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "028781-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/028781-2026",
"datePublished": "2026-03-27T18:49:38Z",
"format": "text/html"
}
],
"coveredBy": [
"GPA",
"CPTPP"
],
"riskDetails": "Please refer to Section 10: Contract Risks within the ITT."
},
"language": "en"
}