BE24022 - Energy Performance Certificate Accuracy Analysis

Award

Buyers

Value

£199,570

Classifications

  • Technical analysis or consultancy services

Tags

  • award

Submission Deadline

1 year ago

Published

1 year ago

Description

**Please note this is an award notice, not a competition. 

This contract has been awarded via the Crown Commercial Services - RM6126 - Research and Insights .**

The Department for Energy Security and Net Zero has a requirement to appoint a supplier to to conduct a systematic analysis of measured energy demand compared to modelled energy demand from the models behind EPCs ((Rd)SAP - Standard Assessment Procedure, current, proposed (HEM - Home Energy Model) and historic versions).

Summary of Requirements
The project seeks to disaggregate the so-called 'performance gap' with respect to EPC predictions and real energy demand.  Here we take a general view of performance gap as any deviation in real world energy demand from that predicted, both over and under estimation.

This research seeks to define ways to improve EPC accuracy both through (Rd)SAP/HEM (Reduced dataset Standard Assessment Procedure/Home Energy Model) methodology development and the EPC metric workflow (from EPC commissioning, SAP data input to lodging of the certificate) to support more accurate and trustworthy EPCs. The research will identify systematic sources of bias and error in the way EPCs are created to inform the SAP methodology (such as default values) and home survey process. The sources of error which will be considered are listed below, although this is not an exhaustive list and the research will consider other sources which arise during the course of the research.

The analysis will, through statistical comparison and regression analysis, determine the model and process parameters that influence the discrepancy in modelled vs measured energy demand.  This is distinct from a limited model sensitivity analysis of SAP which has been carried out and reported in the literature, since it will address the sources of variation of inputs together with the subsequent processing of data through the models.This can be shared with the successful supplier. 

Aims and Objectives of the Project  

In summary, the main research questions to address are:

-	How have historical changes to the (Rd)SAP methodology impacted the accuracy of EPCs?
-	How does the model, process (RdSAP vs SAP), motivation of assessors (e.g. for re-sale, rental or grant scheme) and the use of defaults impact the accuracy of EPCs?
-	How do assumptions and modelling of internal temperature impact the accuracy of EPCs?
-	What additional factors significantly influence the accuracy of EPCs?
Due to the recent consultation  on and release of the code for the Home Energy Model (HEM) the project should consider the HEM model in the analysis and answering of the research questions in inform its use in the future EPC process.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

CEFAS25-97 Request for Quotation for the provision of Hydrographic Expertise

The BEEMS (British Energy Estuarine and Marine Studies) programme is funded by NNB Generation Company (HPC) Limited and Sizewell C Limited. Through this programme, Cefas provide authoritative scientific information on the marine and transitional waters in the vicinity of potential nuclear new build (NNB) power stations and require a competent Supplier to deliver the element described below. Within the BEEMS programme, Cefas routinely manage, review, analyse and report on hydrographic surveys conducted by third parties to meet regulatory marine environmental monitoring requirements. Surveys serve a range of purposes within the marine environmental monitoring programmes for Sizewell C (SZC) and Hinkley Point C (HPC) power stations. This includes bathymetric multibeam echosounder (MBES) surveys to examine: • Geomorphological change of nearshore bars and sandbanks (including validation of remote x-band radar measurements of these features). • Seabed change in dredging areas and dredge disposal sites. • Scour around seabed infrastructure. Requirement: The Supplier will provide hydrographic services; covering specialist technical review and quality assurance of nearshore hydrographic survey data. Surveys are conducted by third parties as part of the marine environmental monitoring programmes for HPC and SZC NNB power stations. The work will be ongoing in nature, with an expected increase in survey activity in 2026. The projects are in varying stages of planning and as such, the Supplier could be required to take on work at any point in the project lifecycle. A kick off meeting will be held to discuss and agree the anticipated work requirement for each project. The survey schedule is subject to change in accordance with weather, construction schedules and regulatory requirements. For SZC, surveys are expected to be at least quarterly throughout 2026 and likely to be similar in future years. For HPC there is no defined survey plan, but it is important that the Supplier can provide the required support as and when required. Full details of the requirement can be found in the Bidder Pack. Contract Details Due to the nature of the work and the tight regulatory deadlines required to be met, the tendering process seeks to determine the Most Advantageous Tender (MAT) to award a Core Contract and up to 2 (two) Call-Off Contracts. The Supplier awarded the Core Contract will be contracted with the intention to deliver all Contract requirements for the duration of the Contract and any possible extensions. The Buyer also intends to award up to 2 (two) additional Call-Off Contracts to the Tenderers ranked in the next 2 (two) positions (2nd and 3rd) below the Most Advantageous Tender. A Call-Off Contract will be used only in circumstances where the Core Contracted Supplier cannot provide the services. The Call-Off Contracted Suppliers will be approached in order of their ranked position (2nd, 3rd) from the evaluation process, to request provision of the required services. The Core Contract will be awarded on a call-off basis, up to a maximum value of £100,000 including VAT. Actual value is dependent on the work required. The additional Call-Off Contracts will be awarded based on no committed value or volume of work. Suppliers should understand that the Buyer may not award any work under the Call-Off Contract. As the requirement is for work related to two different customers and sites, under the BEEMS programme, two sets of Terms and Conditions are applicable, and the Supplier is required to sign both Contracts. For all work completed in relation to Sizewell C, the CEFAS25-97 BEEMS Sizewell C Short Form Contract Below Threshold will apply and for all work related to Hinkley Point C, CEFAS25-97 BEEMS Hinkley Point Short Form Contract Below Threshold will apply.

Katy Reed

Published 4 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete