Notice Information
Notice Title
Stoke-on-Trent Sustainability Park Energy Recovery Facility - Design, Build and Operate
Notice Description
Stoke-on-Trent City Council (the Authority) seeks to procure a replacement Energy Recovery Facility (ERF) in Hanford, Stoke-on-Trent. The Authority intends to procure a new ERF with a capacity of 230,000-290,000 tonnes per annum on an 80% Council / 20% private sector ownership basis. The procurement encompasses Design and Build (D&B) and a 25-year Operations and Maintenance (O&M) contract. The Authority will submit a planning application in due course for the future Facility. Key requirements: * Design and build of a new ERF with moving grate combustion technology (or equivalent) and advanced flue-gas treatment systems * Integration of Combined Heat and Power (CHP) technology to deliver low-carbon heat to the city's District Heat Network to supply Local Sector anchor loads. * Heat to be delivered to the ERF site boundary for onward distribution by the Heat Network Provider * The facility must be Carbon Capture Ready and aligned with the Authority's Net Zero 2050 strategy * Full 25-year operations and maintenance service post-commissioning, including planned and reactive maintenance, lifecycle asset replacement, environmental monitoring and community education services
Lot Information
Lot 1
Renewal: The Employer may, at its sole discretion, give written notice to extend the contract by 5 years, subject to the parties agreeing the terms of such extension. This option may be exercised up to three times.
Planning Information
The Contracting Authority previously published a Prior Information Notice (PIN) under the Public Contracts Regulations 2015 (PCR 2015) to signal its intention to undertake preliminary engagement with the market in relation to this requirement. As the procurement will now proceed under the Procurement Act 2023, this UK2 Preliminary Market Engagement Notice is being issued to ensure alignment with the new legislative framework and to maintain transparency regarding the market engagement undertaken. The purpose of the engagement was to understand market capability, capacity, delivery models, and potential risks/opportunities ahead of the forthcoming procurement. The engagement activities included (but were not limited to): • circulation of early‑stage information; • supplier briefing sessions and/or soft‑market testing activities; and • receipt of informal feedback from interested suppliers. No selection or shortlisting took place during this engagement, and participation conferred no advantage or disadvantage in the future procurement process. This notice confirms: that preliminary market engagement has been conducted in relation to the proposed procurement; and that a Tender Notice (UK4) will be published in due course in line with the requirements of the Procurement Act 2023. Suppliers who did not participate in the earlier PIN‑related activity are not prejudiced and will have full opportunity to tender once the procurement formally commences under the new legislation. The market engagement deadline was the 13 December 2024, although further interaction and meetings were held with the market until March 2025.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-066448
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/020531-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
42 - Industrial machinery
45 - Construction work
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
42320000 - Waste incinerators
45252300 - Refuse-incineration plant construction work
71314000 - Energy and related services
Notice Value(s)
- Tender Value
- £1,100,000,000 £1B-£10B
- Lots Value
- £1,100,000,000 £1B-£10B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 6 Mar 20261 weeks ago
- Submission Deadline
- 15 Apr 20262 months to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 1 Sep 2027 - 3 Oct 2056 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
- STOKE ON TRENT CITY COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- STOKE-ON-TRENT
- Postcode
- ST4 1HH
- Post Town
- Stoke-on-Trent
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG2 Shropshire and Staffordshire
- Small Region (ITL 3)
- TLG23 Stoke-on-Trent
- Delivery Location
- TLG23 Stoke-on-Trent
-
- Local Authority
- Stoke-on-Trent
- Electoral Ward
- Hartshill Park & Stoke
- Westminster Constituency
- Stoke-on-Trent Central
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/020531-2026
6th March 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/020447-2026
6th March 2026 - Preliminary market engagement 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-066448-2026-03-06T15:19:48Z",
"date": "2026-03-06T15:19:48Z",
"ocid": "ocds-h6vhtk-066448",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PDQZ-1442-RZTZ",
"name": "Stoke on Trent City Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PDQZ-1442-RZTZ"
},
"address": {
"streetAddress": "Civic Centre, Glebe Street",
"locality": "Stoke-on-Trent",
"postalCode": "ST4 1HH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG23"
},
"contactPoint": {
"email": "categorymanagement@stoke.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PDQZ-1442-RZTZ",
"name": "Stoke on Trent City Council"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "The Contracting Authority previously published a Prior Information Notice (PIN) under the Public Contracts Regulations 2015 (PCR 2015) to signal its intention to undertake preliminary engagement with the market in relation to this requirement. As the procurement will now proceed under the Procurement Act 2023, this UK2 Preliminary Market Engagement Notice is being issued to ensure alignment with the new legislative framework and to maintain transparency regarding the market engagement undertaken. The purpose of the engagement was to understand market capability, capacity, delivery models, and potential risks/opportunities ahead of the forthcoming procurement. The engagement activities included (but were not limited to): * circulation of early-stage information; * supplier briefing sessions and/or soft-market testing activities; and * receipt of informal feedback from interested suppliers. No selection or shortlisting took place during this engagement, and participation conferred no advantage or disadvantage in the future procurement process. This notice confirms: that preliminary market engagement has been conducted in relation to the proposed procurement; and that a Tender Notice (UK4) will be published in due course in line with the requirements of the Procurement Act 2023. Suppliers who did not participate in the earlier PIN-related activity are not prejudiced and will have full opportunity to tender once the procurement formally commences under the new legislation. The market engagement deadline was the 13 December 2024, although further interaction and meetings were held with the market until March 2025.",
"dateMet": "2024-12-13T00:00:00Z",
"status": "met"
}
],
"documents": [
{
"id": "020447-2026",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/020447-2026",
"datePublished": "2026-03-06T14:11:59Z",
"format": "text/html"
}
]
},
"tender": {
"id": "CRN/2026/50",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Stoke-on-Trent Sustainability Park Energy Recovery Facility - Design, Build and Operate",
"description": "Stoke-on-Trent City Council (the Authority) seeks to procure a replacement Energy Recovery Facility (ERF) in Hanford, Stoke-on-Trent. The Authority intends to procure a new ERF with a capacity of 230,000-290,000 tonnes per annum on an 80% Council / 20% private sector ownership basis. The procurement encompasses Design and Build (D&B) and a 25-year Operations and Maintenance (O&M) contract. The Authority will submit a planning application in due course for the future Facility. Key requirements: * Design and build of a new ERF with moving grate combustion technology (or equivalent) and advanced flue-gas treatment systems * Integration of Combined Heat and Power (CHP) technology to deliver low-carbon heat to the city's District Heat Network to supply Local Sector anchor loads. * Heat to be delivered to the ERF site boundary for onward distribution by the Heat Network Provider * The facility must be Carbon Capture Ready and aligned with the Authority's Net Zero 2050 strategy * Full 25-year operations and maintenance service post-commissioning, including planned and reactive maintenance, lifecycle asset replacement, environmental monitoring and community education services",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "42320000",
"description": "Waste incinerators"
},
{
"scheme": "CPV",
"id": "45252300",
"description": "Refuse-incineration plant construction work"
},
{
"scheme": "CPV",
"id": "71314000",
"description": "Energy and related services"
}
],
"deliveryAddresses": [
{
"region": "UKG23",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG23",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 1320000000,
"amount": 1100000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2027-09-02T00:00:00+01:00",
"endDate": "2056-10-03T23:59:59Z",
"maxExtentDate": "2071-10-03T23:59:59Z"
},
"hasRenewal": true,
"status": "active",
"value": {
"amountGross": 1320000000,
"amount": 1100000000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "The selection process for this procurement operates in two stages. At Stage 1 (this PSQ), all interested parties are invited to submit a Pre-Selection Questionnaire response. Responses will be evaluated on a pass/fail basis against Parts 2, 3a and 3b and a Financial Assessment (Section 5). Bidders who achieve a pass on all mandatory elements will be assessed against the Scored Technical Questions in Section 7. The Council intends to shortlist up to 5 bidders to proceed to Stage 2 (Invitation to Participate in Dialogue). Where more than 5 bidders pass the mandatory elements, the Section 7 scores will be used to determine the shortlist. Economic and Financial Standing (Pass or Fail) Section 5 is assessed on a pass/fail basis, requiring applicants to demonstrate sufficient economic and financial standing to deliver the contract with minimal risk of failure. To pass, applicants must provide all requested financial information - including accounts converted to GB sterling where applicable - and meet the Council's minimum financial thresholds as set out in the accompanying evaluation methodology. Failure to provide the required information, or failure to meet the minimum standard, will result in rejection, and the Council reserves the right to exclude an applicant at any stage of the procurement process - including prior to contract award - if financial standing requirements are not or are no longer satisfied. Detail provided in the Economic and Financial Standing Evaluation Criteria Evaluation Methodology for Procurement Specific Questionnaire (PSQ). Technical Questions (Scored) The scored technical questions (7.1-7.7) will be independently evaluated by a panel, with each evaluator scoring responses individually before a moderated group consensus exercise is held. Each question must be answered in full with no cross-referencing, as only information within the response to that question will be considered. Clarification may be sought by the Council, though applicants cannot use this to improve their answers. Final consensus scores are weighted and combined to produce a total score out of 100%. Scored Technical Questions: Energy Recovery Facility (ERF) Engineering, Procurement and Construction (EPC) Case Study (Weight: 20%) EPC Packaging (Weight: 20%) EPC O&M Interface (Weight: 20%) Availability and ERF Performance (Weight: 15%) Managing O&M Budgets (Weight: 10%) Permitting (Weight: 5%) Social Value and Community Benefit (Weight: 10%)",
"criteria": [
{
"type": "quality",
"name": "Economic and Financial Standing Evaluation"
},
{
"type": "quality",
"name": "Technical Questions (Scored)"
}
]
},
"renewal": {
"description": "The Employer may, at its sole discretion, give written notice to extend the contract by 5 years, subject to the parties agreeing the terms of such extension. This option may be exercised up to three times."
}
}
],
"status": "active",
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "This is Stage 1 of a multiple stage Competitive flexible procedure. Interested suppliers are invited to complete a Procurement Specific Questionnaire (PSQ) to demonstrate that they meet the conditions of participation set out in the Tender Notice and PSQ Information Pack. The Council will assess submissions against mandatory exclusion grounds (Schedule 6, Procurement Act 2023), discretionary exclusion grounds (Schedule 7), and technical and financial selection criteria. Short listed supplier will be invited to the next stage to submit a technical and commercial response. For full information and access to the documents please use the following link: https://procontract.due-north.com/Procurer/Advert/View?advertId=a90985bf-4b19-f111-813c-005056b64545&fromAdvertEvent=True"
},
"submissionMethodDetails": "https://procontract.due-north.com/Procurer/Advert/View?advertId=a90985bf-4b19-f111-813c-005056b64545&fromAdvertEvent=True",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-04-15T23:59:59+01:00"
},
"awardPeriod": {
"endDate": "2027-09-02T23:59:59+01:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "020531-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/020531-2026",
"datePublished": "2026-03-06T15:19:48Z",
"format": "text/html"
}
]
},
"language": "en"
}