Notice Information
Notice Title
East Coast Hydrogen FEED Design & PEC Work Packages
Notice Description
NGN is seeking to appoint one or more experienced consultants to deliver key work packages for the East Coast Hydrogen (ECH) Front-End Engineering Design (FEED) project. This project forms a critical part of NGN's strategy to enable the transition to a low-carbon energy system, supporting the UK's net zero targets by 2050. The ECH initiative aims to repurpose and expand existing gas infrastructure to transport hydrogen across the region, creating a reliable and scalable hydrogen network to facilitate hard-to-electrify industrial processes.
Lot Information
LOT 1 - Engineering Design
The purpose of this work is to deliver front-end engineering design for the ECH project. This package of works will expand and develop the Pre-FEED engineering to develop the technical requirements and preliminary designs to define the scope, cost and schedule of the project before committing to full execution. The purpose of this phase of the project is to establish a clear project scope, develop the design documentation to enable accurate cost estimate, identify the risks and constraints and prepare the basis for procurement and construction planning. It is anticipated that the required design works will be undertaken to varying levels of detail, dependant on the certainty of the network section, ranging from FEED level design based on location specific assets to utilisation of standard design information for less certain route corridors. The network extent is yet to be defined however it is anticipated it will be in the magnitude of the Pre-FEED. The extent of network design will be dictated in the Request for Proposal stage.
Renewal: 1 year extension provision
LOT 2 - Planning, Environmental & ConsentsPre-FEED studies have identified the potential for 1-2 DCOs and several TCPA applications to varying maturity, noting that a number of those may benefit from Permitted Development Rights. As such the below scope of works is set out for standard requirements for a DCO and TCPA application in isolation. More detail will be provided at RFP stage. Overall project management will be undertaken by NGN; however, the PEC Consultant will be expected to include project management processes, document control, interface management, risk management and technical assurance processes.
Renewal: 1 year extension provision
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05ec22
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/078569-2025
- Current Stage
- Tender
- All Stages
- 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
65 - Public utilities
71 - Architectural, construction, engineering and inspection services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
65210000 - Gas distribution
71311000 - Civil engineering consultancy services
71313400 - Environmental impact assessment for construction
71313440 - Environmental Impact Assessment (EIA) services for construction
71318000 - Advisory and consultative engineering services
71322200 - Pipeline-design services
90712000 - Environmental planning
Notice Value(s)
- Tender Value
- £5,000,000 £1M-£10M
- Lots Value
- £5,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 1 Dec 20253 days ago
- Submission Deadline
- 5 Jan 20262 months to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 May 2026 - 31 May 2027 6-12 months
- 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
- NORTHERN GAS NETWORKS LIMITED
- Contact Name
- Donna Northern / Harriet Wilkes
- Contact Email
- procurement@northerngas.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- COLTON LEEDS
- Postcode
- LS15 8TU
- Post Town
- Leeds
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE4 West Yorkshire
- Small Region (ITL 3)
- TLE42 Leeds
- Delivery Location
- TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLI London, TLJ South East (England), TLK South West (England)
-
- Local Authority
- Leeds
- Electoral Ward
- Garforth & Swillington
- Westminster Constituency
- Leeds East
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/078569-2025
1st December 2025 - Tender notice on Find a Tender
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-05ec22-2025-12-01T15:20:22Z",
"date": "2025-12-01T15:20:22Z",
"ocid": "ocds-h6vhtk-05ec22",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-05167070",
"name": "NORTHERN GAS NETWORKS LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "05167070"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PRNB-9357-PVLR"
}
],
"address": {
"streetAddress": "1100 Century Way",
"locality": "Colton Leeds",
"postalCode": "LS15 8TU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE42"
},
"contactPoint": {
"name": "Donna Northern / Harriet Wilkes",
"email": "procurement@northerngas.co.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "privateUtility",
"scheme": "UK_CA_TYPE",
"description": "Private utility"
}
]
}
}
],
"buyer": {
"id": "GB-COH-05167070",
"name": "NORTHERN GAS NETWORKS LIMITED"
},
"tender": {
"id": "ocds-h6vhtk-05ec22",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "East Coast Hydrogen FEED Design & PEC Work Packages",
"description": "NGN is seeking to appoint one or more experienced consultants to deliver key work packages for the East Coast Hydrogen (ECH) Front-End Engineering Design (FEED) project. This project forms a critical part of NGN's strategy to enable the transition to a low-carbon energy system, supporting the UK's net zero targets by 2050. The ECH initiative aims to repurpose and expand existing gas infrastructure to transport hydrogen across the region, creating a reliable and scalable hydrogen network to facilitate hard-to-electrify industrial processes.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "65210000",
"description": "Gas distribution"
},
{
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71313400",
"description": "Environmental impact assessment for construction"
},
{
"scheme": "CPV",
"id": "71313440",
"description": "Environmental Impact Assessment (EIA) services for construction"
},
{
"scheme": "CPV",
"id": "71318000",
"description": "Advisory and consultative engineering services"
},
{
"scheme": "CPV",
"id": "71322200",
"description": "Pipeline-design services"
},
{
"scheme": "CPV",
"id": "90712000",
"description": "Environmental planning"
}
],
"deliveryAddresses": [
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "65210000",
"description": "Gas distribution"
},
{
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71313400",
"description": "Environmental impact assessment for construction"
},
{
"scheme": "CPV",
"id": "71313440",
"description": "Environmental Impact Assessment (EIA) services for construction"
},
{
"scheme": "CPV",
"id": "71318000",
"description": "Advisory and consultative engineering services"
},
{
"scheme": "CPV",
"id": "71322200",
"description": "Pipeline-design services"
},
{
"scheme": "CPV",
"id": "90712000",
"description": "Environmental planning"
}
],
"deliveryAddresses": [
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
}
],
"value": {
"amountGross": 6000000,
"amount": 5000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "This procurement will follow the following process: - Tender notice issued (this notice) for at least 30 days - Interested suppliers to contact NGN and be invited to Conditions of Participation via Market Dojo (Pass/Fail) - Suppliers who Pass the Conditions of Participation will be invited to PQQ - PQQ end date 12th January 2026 - PQQ responses evaluated Suppliers who score over 60% at Stage 1 of the PQQ will progress to Stage 2 of the PQQ (Project Specific questions). Bidders who achieve a 70% or more score in this section will be invited to tender (RFP) - RFP live for at least 25 days - RFP responses will be assessed in two stages. The first stage will assess technical competence and resources where a threshold score will need to be achieved to progress into Stage 2. The second stage will assess commercials. The overall score will be calculated by adding the scores in both Stages with the highest score being successful. - Best and Final Offer or supplementary stages requested where applicable (all these will be notified of before tender submission deadline) - Final evaluations completed - Suppliers notified of the outcome Full details are made available in the tender scope. If supplementary stages are required throughout the process, or stages noted in the strategy defined above are no longer required, it is at NGN's discretion to include or remove stages. It is at the discretion of NGN to change the weightings/criteria or add additional sub criteria/weightings to the PQQ or RFP if there is a need to do so before the submission deadline of the relevant stage. Any changes to the evaluation criteria will be communicated to all Bidders."
},
"mainProcurementCategory": "services",
"specialRegime": [
"utilities"
],
"aboveThreshold": true,
"submissionMethodDetails": "The aim of this Tender Notice is to: * Ensure we provide bidders with adequate information to determine if they wish to proceed with this tender event. * Provide NGN with a more detailed understanding of the interest within the market. The Tender Notice process is the first stage of multistage procurement process. All interested suppliers must follow the below steps in order to proceed with the conditions of participation and PQQ stages of this procurement event: Sign up or Sign in to NGNs Tendering Portal - Market Dojo. Follow this link to do so: https://secure.marketdojo.com/signup When you have logged in to your dashboard, you'll need to click the 'Show all or enter invite code' button under the Event Invitations section You'll need to enter this code: 7857B28D93 It will then notify NGN to approve you onto the tender event. Once approved you will be given access to the event, where you'll be taken to the Conditions of Participation stage, this stage is a pass/fail and will be locked until after the PQQ submission deadline. Any supplier who fails this stage will automatically be withdrawn from the process and will not gain access to the PQQ. All suppliers who pass this stage will be automatically taken to the PQQ where they will be given a deadline and detail to complete. Once the PQQ has been evaluated by NGNs internal evaluation team all those who meet the criteria will be sent to the RFP stage where NGN will assess against award criteria.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2026-01-05T17:00:00Z",
"enquiryPeriod": {
"endDate": "2026-01-05T17:00:00Z"
},
"awardPeriod": {
"endDate": "2026-05-18T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"title": "LOT 1 - Engineering Design",
"description": "The purpose of this work is to deliver front-end engineering design for the ECH project. This package of works will expand and develop the Pre-FEED engineering to develop the technical requirements and preliminary designs to define the scope, cost and schedule of the project before committing to full execution. The purpose of this phase of the project is to establish a clear project scope, develop the design documentation to enable accurate cost estimate, identify the risks and constraints and prepare the basis for procurement and construction planning. It is anticipated that the required design works will be undertaken to varying levels of detail, dependant on the certainty of the network section, ranging from FEED level design based on location specific assets to utilisation of standard design information for less certain route corridors. The network extent is yet to be defined however it is anticipated it will be in the magnitude of the Pre-FEED. The extent of network design will be dictated in the Request for Proposal stage.",
"status": "active",
"value": {
"amountGross": 3000000,
"amount": 2500000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "* Conditions of Participation - Pass/Fail Mandatory questions Successful Bidders move to PQQ * PQQ - 2-stage process - 1st stage - Bidders must score more than 60% in the weighted questions to progress into the second stage of the PQQ. 2nd stage - Bidders which score 70% or above in each Lot will progress through to the Request for Proposal (RFP) stage of the tender event. A maximum of 12 bidders in each Lot will progress through to RFP which will be decided by a ranking of the top highest scorers. RFP Stage The award will be based upon price and quality, and it is the intent that the award will be based on the Most Advantageous Tender result of each Lot. RFP responses will be assessed in two stages. The first stage will assess technical competence and resources where a threshold score will need to be achieved to progress into Stage 2. The second stage will assess commercials. The overall score will be calculated by adding the scores in both Stages with the highest score being successful, subject to the criteria above. Stage 1 - Technical & Resources 100% Stage 2 - Commercial 100%",
"criteria": [
{
"type": "quality",
"name": "Highest scoring Bidder appointed to each LOT"
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-06-01T00:00:00+01:00",
"endDate": "2027-05-31T23:59:59+01:00",
"maxExtentDate": "2028-05-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "1 year extension provision"
}
},
{
"id": "2",
"title": "LOT 2 - Planning, Environmental & Consents",
"description": "Pre-FEED studies have identified the potential for 1-2 DCOs and several TCPA applications to varying maturity, noting that a number of those may benefit from Permitted Development Rights. As such the below scope of works is set out for standard requirements for a DCO and TCPA application in isolation. More detail will be provided at RFP stage. Overall project management will be undertaken by NGN; however, the PEC Consultant will be expected to include project management processes, document control, interface management, risk management and technical assurance processes.",
"status": "active",
"value": {
"amountGross": 3000000,
"amount": 2500000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "* Conditions of Participation - Pass/Fail Mandatory questions Successful Bidders move to PQQ * PQQ - 2-stage process - 1st stage - Bidders must score more than 60% in the weighted questions to progress into the second stage of the PQQ. 2nd stage - Bidders which score 70% or above in each Lot will progress through to the Request for Proposal (RFP) stage of the tender event. A maximum of 12 bidders in each Lot will progress through to RFP which will be decided by a ranking of the top highest scorers. RFP Stage The award will be based upon price and quality, and it is the intent that the award will be based on the Most Advantageous Tender result of each Lot. RFP responses will be assessed in two stages. The first stage will assess technical competence and resources where a threshold score will need to be achieved to progress into Stage 2. The second stage will assess commercials. The overall score will be calculated by adding the scores in both Stages with the highest score being successful, subject to the criteria above. Stage 1 - Technical & Resources 100% Stage 2 - Commercial 100%",
"criteria": [
{
"type": "quality",
"name": "Highest scoring Bidder appointed to each LOT"
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-06-01T00:00:00+01:00",
"endDate": "2027-05-31T23:59:59+01:00",
"maxExtentDate": "2028-05-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "1 year extension provision"
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "A-8542",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-8542",
"format": "application/pdf"
},
{
"id": "A-8620",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-8620",
"format": "application/pdf"
},
{
"id": "078569-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/078569-2025",
"datePublished": "2025-12-01T15:20:22Z",
"format": "text/html"
}
]
},
"language": "en"
}