Notice Information
Notice Title
Net Zero Accelerator (phase two) - North East & Yorkshire and the Humber
Notice Description
This VEAT notice relates to the modification of a Department for Education contract for the appointment of delivery partners respectively in the North East & Yorkshire and the Humber to deliver the Net Zero Accelerator project to selected schools and colleges in those regions which aims to reduce carbon emissions through energy efficiency upgrades, decarbonisation planning, and sustainability engagement. This modification will add an additional 20 schools and colleges to the North East & Yorkshire and the Humber contract, in addition to the 47 sites initially accommodated for in the contract and the 10 additional sites permitted within it's extension option, resulting in a total of 77 sites. This notice also confirms that the Department has exercised it's contractual right to add 10 additional schools to the contract, as permitted by Regulation 72(1)(a). Aside from the increased volume of sites, there are no changes to deliverables and outcomes of the contracts. Consequently, the total value of each contract will increase by approximately 27.83%, up to a maximum of PS6,230,000, please see the Description of the procurement for further details. These modifications are permitted under Regulation 72 of the Public Contracts Regulations 2015, please see section D for further justification information. All values listed exclude VAT.
Lot Information
Lot 1
This requirement was competed compliantly via an open-procedure multi-lot tender. When the original contract award notices were published, an error occurred in which only the minimum contract value of PS2,427,900 was disclosed. This figure did not reflect the full value advertised in the initial procurement documents. This VEAT notice serves in part to clarify the original maximum contract value of PS4,873,519. Due to this modification, the maximum contract value is now increased to PS6,230,000. All values listed exclude VAT. The Contracts Finder identifier number for the award notice is as follows: 6d2fd601-1317-44e7-8d18-f3b6cec163d1 - Net Zero Accelerator (phase two) - North East & Yorkshire and the Humber Additional information: The overall weightings were 80% quality (as broken down in the above Quality criterion section) and 20% price.
Procurement Information
The modification to the contracts fall within the permissible grounds set out under Regulation 72(1)(e) of the Public Contracts Regulations 2015 in that the modifications are not substantial within the meaning of Regulation 72(8) of the Public Contracts Regulations 2015 because: a) The inclusion of the additional schools and colleges into each contract does not render any of the contracts materially different compared to when it was originally procured. The type of services originally required of the contract (the provision of school decarbonisation works and associated support services, including but not limited to procurement and behavioural change management) is the same as that which it will carry out on the previously awarded contracts, it is just a case that the number of schools receiving these services under the contracts will increase. b) Adding the additional schools and colleges would not have changed the outcome of the original procurement in any way. The Contract will be fully operated in accordance with their current terms; c) As the current contracts will be operated for the additional schools and colleges on the same terms, this does not alter the economic balance of the contract in favour of the development partners; d) The change does not considerably alter the scope of the contracts as the works and services provided will remain unchanged, meaning there will be no significant changes to the deliverables, and the schools and colleges which have been included are adjacent in terms of geographical scope also; e) This is not a change in contractor. The modifications are also exempt under Regulation 72(1)(c) because the need for them has been brought about by circumstances the Department for Education could not have foreseen, and they do not change the overall nature of the contracts and the value changes are below 50%. Additional and unforeseen budget for the overall project has become available which must be spend imminently and the timeframes for the spend would not allow for an additional procurement process to take place. Government rules dictate that the original procurement could not have catered for optional additional value such as budget increases as only approved budgets can be advertised to the market.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05952b
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/054381-2025
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71000000 - Architectural, construction, engineering and inspection services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £6,230,000 £1M-£10M
Notice Dates
- Publication Date
- 5 Sep 20255 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 2 Jul 20257 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT FOR EDUCATION
- Contact Name
- Not specified
- Contact Email
- robert.alexander@education.gov.uk
- Contact Phone
- +44 3700002288
Buyer Location
- Locality
- LONDON
- Postcode
- SW1P 3BT
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- TLC North East (England), TLE Yorkshire and The Humber
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
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-05952b-2025-09-05T15:34:54+01:00",
"date": "2025-09-05T15:34:54+01:00",
"ocid": "ocds-h6vhtk-05952b",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-05952b",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Net Zero Accelerator (phase two) - North East & Yorkshire and the Humber",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
"mainProcurementCategory": "services",
"description": "This VEAT notice relates to the modification of a Department for Education contract for the appointment of delivery partners respectively in the North East & Yorkshire and the Humber to deliver the Net Zero Accelerator project to selected schools and colleges in those regions which aims to reduce carbon emissions through energy efficiency upgrades, decarbonisation planning, and sustainability engagement. This modification will add an additional 20 schools and colleges to the North East & Yorkshire and the Humber contract, in addition to the 47 sites initially accommodated for in the contract and the 10 additional sites permitted within it's extension option, resulting in a total of 77 sites. This notice also confirms that the Department has exercised it's contractual right to add 10 additional schools to the contract, as permitted by Regulation 72(1)(a). Aside from the increased volume of sites, there are no changes to deliverables and outcomes of the contracts. Consequently, the total value of each contract will increase by approximately 27.83%, up to a maximum of PS6,230,000, please see the Description of the procurement for further details. These modifications are permitted under Regulation 72 of the Public Contracts Regulations 2015, please see section D for further justification information. All values listed exclude VAT.",
"lots": [
{
"id": "1",
"description": "This requirement was competed compliantly via an open-procedure multi-lot tender. When the original contract award notices were published, an error occurred in which only the minimum contract value of PS2,427,900 was disclosed. This figure did not reflect the full value advertised in the initial procurement documents. This VEAT notice serves in part to clarify the original maximum contract value of PS4,873,519. Due to this modification, the maximum contract value is now increased to PS6,230,000. All values listed exclude VAT. The Contracts Finder identifier number for the award notice is as follows: 6d2fd601-1317-44e7-8d18-f3b6cec163d1 - Net Zero Accelerator (phase two) - North East & Yorkshire and the Humber Additional information: The overall weightings were 80% quality (as broken down in the above Quality criterion section) and 20% price.",
"awardCriteria": {
"criteria": [
{
"name": "A high quality delivery methodology which will meet the Authority's requirements",
"type": "quality",
"description": "31.5"
},
{
"name": "Detailed stakeholder engagement strategy relevant to the specific Lot",
"type": "quality",
"description": "14.0"
},
{
"name": "Detailed and comprehensive delivery programme to meet the project timescales",
"type": "quality",
"description": "7.0"
},
{
"name": "Provision of quality assurance throughout the delivery period",
"type": "quality",
"description": "10.5"
},
{
"name": "Detailed risk management strategy to manage and mitigate risks",
"type": "quality",
"description": "7.0"
},
{
"name": "Social Value - Theme 2: Tackling economic inequality. Policy outcome: Create new businesses, new jobs and new skills",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "20"
}
]
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
}
],
"deliveryAddresses": [
{
"region": "UKC"
},
{
"region": "UKE"
}
],
"deliveryLocation": {
"description": "A variety of school and college sites situated across the North East and Yorkshire & the Humber."
},
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"coveredBy": [
"GPA"
],
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_OUTSIDE_SCOPE",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "The modification to the contracts fall within the permissible grounds set out under Regulation 72(1)(e) of the Public Contracts Regulations 2015 in that the modifications are not substantial within the meaning of Regulation 72(8) of the Public Contracts Regulations 2015 because: a) The inclusion of the additional schools and colleges into each contract does not render any of the contracts materially different compared to when it was originally procured. The type of services originally required of the contract (the provision of school decarbonisation works and associated support services, including but not limited to procurement and behavioural change management) is the same as that which it will carry out on the previously awarded contracts, it is just a case that the number of schools receiving these services under the contracts will increase. b) Adding the additional schools and colleges would not have changed the outcome of the original procurement in any way. The Contract will be fully operated in accordance with their current terms; c) As the current contracts will be operated for the additional schools and colleges on the same terms, this does not alter the economic balance of the contract in favour of the development partners; d) The change does not considerably alter the scope of the contracts as the works and services provided will remain unchanged, meaning there will be no significant changes to the deliverables, and the schools and colleges which have been included are adjacent in terms of geographical scope also; e) This is not a change in contractor. The modifications are also exempt under Regulation 72(1)(c) because the need for them has been brought about by circumstances the Department for Education could not have foreseen, and they do not change the overall nature of the contracts and the value changes are below 50%. Additional and unforeseen budget for the overall project has become available which must be spend imminently and the timeframes for the spend would not allow for an additional procurement process to take place. Government rules dictate that the original procurement could not have catered for optional additional value such as budget increases as only approved budgets can be advertised to the market."
},
"awards": [
{
"id": "054381-2025-1",
"relatedLots": [
"1"
],
"title": "AECOM Limited",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-COH-01846493",
"name": "AECOM LIMITED"
}
]
}
],
"parties": [
{
"id": "GB-FTS-165",
"name": "Department for Education",
"identifier": {
"legalName": "Department for Education"
},
"address": {
"streetAddress": "Sanctuary Buildings, 20, Great Smith Street",
"locality": "London",
"region": "UK",
"postalCode": "SW1P 3BT",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3700002288",
"email": "Robert.ALEXANDER@education.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-education",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-COH-01846493",
"name": "AECOM LIMITED",
"identifier": {
"legalName": "AECOM LIMITED",
"id": "01846493",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "Aldgate Tower, 2 Leman Street",
"locality": "London",
"region": "UKI",
"postalCode": "E1 8FA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-160025",
"name": "High Court of Justice",
"identifier": {
"legalName": "High Court of Justice"
},
"address": {
"streetAddress": "Judicial Office 11th floor, Thomas More Building Royal Courts of Justice, Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "website.enquiries@judiciary.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-165",
"name": "Department for Education"
},
"contracts": [
{
"id": "054381-2025-1",
"awardID": "054381-2025-1",
"title": "AECOM Limited",
"status": "active",
"value": {
"amount": 6230000,
"currency": "GBP"
},
"dateSigned": "2025-07-03T00:00:00+01:00"
}
],
"language": "en"
}