Award

Net Zero Accelerator (phase two) - North East & Yorkshire and the Humber

DEPARTMENT FOR EDUCATION

This public procurement record has 1 release in its history.

Award

05 Sep 2025 at 14:34

Summary of the contracting process

The Department for Education has completed the procurement process for a significant contract modification under the 'Net Zero Accelerator (phase two)' programme, targeting North East & Yorkshire and the Humber. The aim is to enhance the energy efficiency of additional schools and colleges by integrating them into the current project framework. Initially encompassing 47 sites and further accommodating an additional 10 through prior provisions, the modified contract now includes 77 educational institutions. The contract's procurement category is services within the architectural, construction, engineering, and inspection sectors, adhering to Regulation 72 of the Public Contracts Regulations 2015. The procurement was executed without prior publication due to its nature and falls outside the traditional procedural scope.

This procurement process presents substantial opportunities for businesses specialising in energy efficiency, engineering, and construction services. Companies with strong competencies in delivering comprehensive energy solutions, stakeholder engagement, and quality assurance should find this tender particularly attractive. The expansion of the Net Zero Accelerator project underscores the increasing demand for sustainable infrastructure solutions within educational facilities. The current contractor, AECOM Limited, a large-scale enterprise, demonstrates the suitability of established and robust players in the sector. The emphasis on quality, comprising 80% of the procurement criteria, indicates a competitive landscape that values detailed methodological approaches and risk management capabilities, offering significant growth potential for innovative businesses in this domain.

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

D3 Tenders Premium

Win More Public Sector Contracts

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

Notice Title

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

AECOM

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-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"
}