Retrofit and Decarbonisation Framework

Award

Description

LHC Procurement Group have awarded the N9 Retrofit and Decarbonisation Framework.
This new Framework replaces LHCPG's successful Energy Efficiency Framework (N8) and our Energy Efficiency Consultancy Framework (N8C).
The Framework provides our clients with access to a range of retrofit and decarbonisation measures on their approach to achieving net zero targets.
This Framework consists of the following workstreams, and lots within them:
WORKSTREAM 1  - CONSULTANCY SERVICES
Lot 1 - Energy Policy/Strategy and Grant Funding Support
Lot 2 - Management Agent / Multi-Disciplinary Consultancy
Lot 3 - PAS 2035 (Domestic Building Audits and Heat Decarbonisation Plans)
Lot 4 - PAS 2038 (Commercial Building Audits and Heat Decarbonisation Plans)
WORKSTREAM 2 - MULTI-DISCIPLINARY WORKS
Lot 5 - Multi-Disciplinary Works - 0 to 750K
Lot 6 - Multi-Disciplinary Works - 750K to 2.5m
Lot 7 - Multi-Disciplinary Works - 2.5m plus
WORKSTREAM 3 - BUILDING INSULATION
Lot 8 - Internal Insulation
Lot 9 - Loft Insulation
Lot 10 - Cavity Wall Insulation
Lot 11 - External Wall Insulation - up to 11m
Lot 12 - External Wall Insulation - 11m and Higher
Lot 13 - Rainscreen Cladding
WORKSTREAM 4 - HEATING AND VENTILATION SYSTEMS
Lot 14 - Domestic Boiler Based Space Heating Systems
Lot 15 - Domestic Renewables Space Heating Systems
Lot 16 - Commercial and Communal Heating Systems
Lot 17 - District and Network Heating Systems
Lot 18 - Electrical Space Heating Systems
Lot 19 - Building Ventilation Systems
WORKSTREAM 5 - BUILDING CONTROL AND MANAGEMENT SYSTEMS
Lot 20 - Building Management Systems
Lot 21 - Individual Metering
WORKSTREAM 6 - SOLAR PV AND ELECTRICAL
Lot 22 - Solar PV and Electrical Energy Storage Systems (EESS)
Lot 23 - EV Charging

Similar Contracts

Open

HCC Dec 25 – A Contract for the Provision of Measured Term Contract Mechanical and Electrical, Planned, Reactive and Minor Works

Hertfordshire County Council have a requirement for the Provision of Measured Term Works – Mechanical and Electrical, Planned, Reactive and Minor Works. The works comprises of planned servicing and the responsive repair of mechanical and electrical services for a period that includes 24 hours per day over 365 days per annum, incorporating an emergency repair service for the properties as listed in the MTC Site List M&E and planned preventative maintenance within the properties as listed in HCC2516966 MTC M&E PPM Pricing Schedule. Sites may be added or deleted from the list during the period of the Contract. The Form of Contract will be the Joint Contracts Tribunal Standard Form of Measured Term Contract 2024 Edition incorporating the amendments detailed in the Specification. Full details are in the tender document set. The Council will procure this Contract using the Open Procedure as defined in the Procurement Act 2023 Organisations wishing to take part in this project are invited to ‘express an interest’ and also ‘opt in’ which will give access to the full procurement documents in the e-tendering system. To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on the 2nd February 2026. Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. Please ensure that where possible documents are uploaded as a PDF unless otherwise requested and that file names are succinct. Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above. Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate. Please note that the Contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. Please Note: The TUPE Employee Liability Information for this procurement has been provided along with other documentation for this procurement. TUPE related information must be protected as personal data in accordance with the requirements of Data Protection legislation and must also be kept confidential. By clicking on the View Details button and accessing the documentation for this procurement, Tenderers agree: a)To undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party . b)That under no circumstances will any of the information be disclosed by your organisation or your personnel to any third party without the Council’s prior consent in writing. c)That the information supplied will be stored securely and destroyed or returned to the Council, after your Organisation’s bid has been submitted or you decide not to proceed with a tender submission. d)That you will indemnify the Council for any losses, arising from your breach or breach by any of your personnel of these confidentiality requirements specified above and data protection requirements in relation to TUPE Employee Liability Information. e) The requirements above apply whether the supplier uploads a tender response to this procurement or not. To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home. If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: [email protected] or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:00. The Council reserves the right at any time to cease the procurement process and not award the Contract or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result.

Katy Reed

Published 11 hours ago
Open

Procurement of solar power plants (without installation and commissioning services)

Partnership Fund for a Resilient Ukraine Phase 2 (PFRU-2) is a multi-year, multi-donor-funded programme managed by the UK's Foreign, Commonwealth and Development Office. As part of its project activities, PFRU-2 is seeking an organization to supply the solar power plants (without installation and commissioning services). Please note the following important tender provisions: • the deadline for submitting proposals is December 22, 2025, at 15:00 Kyiv time; extended till December 29, 2025, at 15:00 Kyiv time; • all questions regarding the tender conditions must be submitted no later than December 15, 2025, at 18:00 Kyiv time; extended till December 22, 2025, at 18:00 Kyiv time; • Price proposals must be submitted either in Ukrainian or English; • All tender-related communication must be conducted exclusively in writing via email at [email protected]; • The PFRU-2 project is exempt from taxes, fees, and VAT in the partner country. Therefore, PFRU-2 will make payments for services excluding VAT; • Email for submitting proposals: [email protected]; • When sending proposals or inquiries via email, it is mandatory to include the tender number PFRU2-2025-235 in the email subject line. Proposal Submission Instructions: ITT_PFRU2-2025-235 - review the tender conditions; Volume 3_Terms of Reference - complete the document, sign the original scan/convert to PDF and sign electronically, submit the completed Excel file and the signed document as part of the proposal. Annex 1 - complete either the English or Ukrainian version, sign the original, scan/convert to PDF and sign electronically, include it in the proposal submission. Registration documents that follow the laws of your country must be part of the proposal.

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