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

Office for Product Safety and Standards (OPSS) - Product Testing Framework

The Office for Product Safety and Standards (OPSS), part of the Department of Business and Trade (DBT) is developing a procurement opportunity relating to various categories of product testing to verify compliance with applicable regulations and standards. DBT intend to award an Open Framework across multiple lots. At this stage, DBT can confirm the lotting structure in detail, and the lots will cover testing under the National Regulation Enforcement Services that the Office for Product Safety and Standards are responsible for. At this stage, DBT can confirm the lotting structure in detail and that the procurement will involve lots that will cover product testing services to support our role as the UK’s National Regulator. These procurements will underpin regulatory enforcement and market surveillance across the full breadth of OPSS’s responsibilities. The testing requirements will cover: • Construction product testing: Including fire resistance and reaction to fire, structural integrity, thermal and acoustic performance, weather-tightness, durability, glazing, and flooring/roofing assessments. • Product safety testing: Covering a wide range of consumer goods such as electrical equipment, gas appliances, toys, furniture, personal protective equipment (PPE), batteries, pressure equipment, and similar regulated products. • Energy efficiency and noise testing: Including compliance verification for energy labelling, Ecodesign standards, and noise emissions from equipment and appliances. • Chemical, biochemical, and microbiological testing: Encompassing analysis of cosmetics, timber, textiles, jewellery, plastics, and other consumer products for restricted substances (e.g., RoHS), migration/emissions, and microbiological safety. • Cybersecurity and digital compliance testing: Addressing requirements for connected products, including assessment against Product Security and Telecommunications Infrastructure (PSTI) regulations, smart device security and compliance with relevant standards. These testing services are essential for OPSS’s proactive and reactive enforcement activities, supporting consumer safety, regulatory compliance, and market confidence. Suppliers are encouraged to maintain readiness for the broad range of testing disciplines outlined above and within this notice. DBT will utilise the new Open Framework permissions permitted by The Procurement Act 2023. It is perceived that the framework will be opened at least once in the first 3 years of up to an 8-year framework. The value of the opportunity across 8 years is estimated at £43,000,000 ex VAT. The full specification shall be provided within the tender documents, and the intention of this notice is to further inform suppliers of DBT's intention to publish this opportunity which is expected to go live in October 2025. It should be noted that DBT makes no commitment to procure these services and may decide not to progress any further following engagement with the market. DBT reserves the right to change any information contained within this notice at any time, and potential suppliers rely upon any information provided entirely at their own risk. Background The Office for Product Safety and Standards (OPSS) is part of The Department for Business and Trade (DBT) and was created in January 2018 to deliver consumer protection and to support business confidence, productivity, and growth. OPSS regulate a wide range of products with a focus on their safety and integrity. OPSS works with local, national, and international regulators, with consumer representatives and with businesses to deliver effective protections and to support compliance. OPSS' mission is to be a trusted product regulator for the UK. This means protecting people and places, enabling business to thrive and empowering consumers to make good choices. OPSS will be a leader of good regulatory practice and a champion of local regulation. OPSS is: • the national regulator for most consumer products, excluding vehicles, medicines, food, and certain other specialist categories. • the national regulator for legal metrology, ensuring weighing and measuring instruments used for trade are accurate and reliable. • the National Regulator for Construction Products (NRCP), responsible for ensuring construction products placed on the market meet regulatory requirements. • the enforcement authority for a range of product regulations on behalf of other government departments. Suppliers are strongly encouraged to read the text at the following link to gain a full understanding of the role of the enforcement services within Government: https://www.gov.uk/guidance/national-regulation-enforcement-services

Katy Reed

Published 1 week ago
Open

UK3 - Planned Procurement Notice

This notice is to alert the market that the Authority has a requirement for the provision of military airworthiness reviews. The Royal Air Force Authority is regulated to conduct Baseline Military Airworthiness Reviews (AR) and annual Military AR Certification on all its aircraft. Air Worthiness reviews validate that the airworthiness of the aircraft has been appropriately managed since its last AR and that the maintenance records produced accurately reflect the physical condition of the aircraft. The importance of independence within the AR processes is essential in maintaining the integrity of the AR process and in providing a documented body of evidence for the accountable Duty Holder to decide on the airworthiness of an aircraft. The Authority is seeking an Independent supplier to deliver the output ARs required by the Military Aviation Authority (MAA), The Regulator, in accordance with higher level MAA Regulatory Publications (MRP), MAA Part M Sub Part I Regulatory Articles, Royal Air Force Engineering Policy requirements detailed in AP100B-01, Order 1.14. The approved platform Continuing Airworthiness Management Organisation (CAMO) instructions and relevant local orders and procedures published and authorised by the Military Continuing Airworthiness Manager (Mil CAM) e.g. Aviation Engineering Standing Orders (AESOs), Aviation Engineering Routine Orders (AEROs). To help shape the future requirement the Authority would welcome responses from suppliers with the capacity and capability to deliver this service.

Katy Reed

Published 3 weeks 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