Oldham Green New Deal Partnership Tender Notice
Summary
Oldham Metropolitan Borough Council has published a tender notice for a Green New Deal Partnership. The notice seeks a Development Partner to collaborate on transforming and decarbonizing Oldham's energy infrastructure, with a key anchor project being a heat network. This represents a significant procurement opportunity for energy development and decarbonization initiatives.
What changed
Oldham Metropolitan Borough Council is seeking a Development Partner for its Green New Deal Partnership, aiming to decarbonize the borough's energy infrastructure. The selected partner will be responsible for originating, developing, financing, delivering, and operating a range of decarbonization projects, including a potential Zonal Heat Network. The partnership will involve a new Project Company, with the Council holding a 'Golden Share'.
This tender notice signifies a major procurement initiative by a local government authority focused on energy transition. Interested parties should review the notice for detailed scope, participation requirements, submission procedures, and award criteria. The notice is published under the Procurement Act 2023, indicating a formal procurement process is underway.
What to do next
- Review tender notice for "Oldham Green New Deal Partnership" opportunity.
- Assess capabilities and interest in developing decarbonization projects and heat networks.
- Prepare and submit tender response according to specified deadlines and criteria.
Source document (simplified)
Tender
Oldham Green New Deal Partnership
- Oldham Metropolitan Borough Council UK4: Tender notice - Procurement Act 2023 - view information about notice types
Notice identifier: 2026/S 000-028781
Procurement identifier (OCID): ocds-h6vhtk-05078f (view related notices)
Published 27 March 2026, 6:49pm
Watch this notice
Contents
Scope Participation Submission Award criteria Other information Procedure Contracting authority Other organisations (4) Contact organisation
Download
Share this notice
Reference
DN748209
Description
Oldham Metropolitan Borough Council ("the Council") is seeking to develop a long-term energy partnership with a Development Partner. The Development Partner will work in collaboration with the Council, key stakeholders and organisations to bring about the transformation and decarbonisation of Oldham's energy infrastructure.
The Development Partner shall work to originate, define, develop, finance, deliver and operate a broad range of decarbonisation projects and initiatives across Oldham, with support from the Council. The Development Partner is expected to leverage its expertise, experience, capacity and capabilities to innovate and generate holistic and deliverable energy solutions, and to exploit its unique apex position within Oldham's energy system to develop and implement an innovative business model which maximises the benefit of technological and commercial synergies between different low carbon Asset Classes.
The Strategic Energy Partnership's (SEP) key anchor project is the Heat Network Reference Scheme including the existing St Mary's scheme, which may serve as the foundation for a potential Zonal Heat Network.
The SEP Agreement will set out a number of requirements which the heat network project must meet in order to proceed into an approvals gateway process. If the project proceeds beyond the development period (i.e. is "approved" as part of the approvals gateway process), the Council and Development Partner will become shareholders in a Project Company, albeit that the Council's shareholding will be limited to a "Golden Share". The Golden Share will simply allow the Council to exercise control in relation to a limited number of reserved matters including carbon intensity, reporting and tariffs.
If the Heat Network Reference Scheme project is approved at the end of the development period, the Project Company will be the supplier of heat to a number of public and private sector bodies in the borough under separate heat connection and supply agreements. The potential heat customers for early phases include Oldham Council (details of which can be found in Appendix R (Oldham Low Carbon Heat Network OBC / Customer Letter of Intent OMBC) of the Invitation To Tender (ITT), First Choice Homes Oldham (FCHO), The Oldham College, Royal Oldham Hospital and other NHS sites and the new Muse residential developments in Oldham Town Centre. For further information on potential customers for later phases please see the Zone Market Prospectus in Appendix S of the ITT. For the wider borough, potential customers also include schools and Registered Housing Providers.
The Council has secured an £8.78 million grant from the Green Heat Network Fund (GHNF) to support this initiative, with plans for future expansion under the Advanced Zoning Programme (AZP). A portion of the GHNF grant funding that the Council has obtained from the DESNZ will be used to commission early works which will then be adopted by the Development Partner under the SEP Agreement. If the heat network project is approved in accordance with the SEP Agreement, the Council intends to pass on the residual capital GHNF grant funding to the Project Company under an On Grant Agreement.
The procurement documents include a Project Information Document (PID) which provides a thorough overview of the SEP and the opportunities beyond the heat network. The PID identifies several site-level projects on Council-owned assets which could be included in the SEP's Strategic Programmes for the first 5-year Strategic Business Plan (SBP) based on the information currently available. These projects include roof-mounted solar PV at four sites, solar car ports at three sites, ground mounted PV at three sites and a gasifying biomass CHP at one site, as well as an opportunity for Operation and Maintenance and Power Purchase Agreement for one site - more details can be found in Section 10 of the PID. The SEP Agreement will also set out a number of requirements which the non-heat work projects must meet in order to proceed into an approvals gateway process. Where these projects proceed the Development Partner will enter into separate contracts with its customers (including the Council).
It is the Council's intention that all of the potential projects listed in the PID and the separate contracts entered into in respect of those projects are in scope for delivery by the Development Partner. It is also the Council's intention that any future projects which arise within the three Asset Classes (heat networks, electricity generation & storage and Electric Vehicle Charging Infrastructure) on Council-owned assets which are not listed in the PID will also be in scope for delivery by the Development Partner.
Information contained within this notice is not all inclusive, and readers are directed to obtain and review the procurement documents for full details, and to ensure their understanding of all matters before making any commercial decisions in respect of this opportunity.
The 'Total Value' stated within this UK4 Tender Notice has been estimated according to the potential total future revenues from opportunities arising from the contract. Although the contract has a maximum term of 25 years, it is expected that projects and separate contracts arising from the SEP Agreement may have terms which extend beyond the term of the SEP Agreement (for example in the case of the heat network and related connection and supply contracts). Factors considered include the ratio of required capital investment to revenue for different energy technology types, proportion of domestic versus commercial customers, and deliverability factors in terms of the expected proportion of theoretical projects currently identified at a high level in the Local Area Energy Plan which are deliverable in reality.
Taking into account all of the above factors, the estimated contract value and so 'Total Value' stated within this UK4 Tender Notice is between £2.2 billion (excluding VAT) / £2.62 billion (including VAT) and £3.2 billion (excluding VAT) / £3.8 billion (including VAT). This is an estimated value only and the real value of the contract will depend on a wide range of factors associated with developing projects of varying types with different stakeholders in varying locations. The Council makes no representation nor guarantee that this estimated value will be realised during the lifetime of the SEP Agreement or thereafter. Suppliers should make their own independent commercial enquires, estimates, judgements and decisions associated with this SEP.
The Council will require the Development Partner to be a single entity, and therefore if the successful Supplier is a consortium it will be required to form a Special Purpose Vehicle or for one consortium member to act as lead contractor.
Regarding bidding models, the Council stipulates in its procurement documents that any person or organisation that is a proposed Key Sub-Contractor, Partner, Consortium Member (SC-P-CM) or similar for a bidding Supplier may be a Key SC-P-CM or similar for one bidding Supplier only.
If the bidding Supplier intends to appoint a Key SC-P-CM or similar, it must ensure that the Key SC-P-CM or similar is not also proposed as a Key SC-P-CM or similar in any other bidding Supplier's response to the tender document.
The Council envisaged the lead CPV code being 71314000 Energy and Related Services. The set-up options for this UK4 Tender Notice do not enable the distinct selection of a 'lead' CPV code, and therefore the Energy and Related Services code is captured under the hierarchy of the higher level Engineering Services code.
Section 4 of the ITT details the reasons why this tender has not been lotted.
Regarding the Council's market capacity building objectives; to support potential Suppliers to network with other organisations who may be interested in collaboration opportunities, forming sub-contract relationships, partnerships, consortium arrangements or otherwise; interested parties may email/contact info@greeneconomy.co.uk to register interest in its sign-posting service if its offering is of interest:
Green Economy are collating and sharing data (within agreed parameters and with consent) between organisations which are capable of bidding directly for this contract opportunity and organisations which are capable of being, or have potential to be; sub-suppliers or sub-contractors to such larger organisations bidding directly.
Organisations may contact Green Economy to determine whether engagement for this purpose is appropriate, but they are under no obligation to do so. You can read more about Green Economy on their website: https://www.greeneconomy.co.uk /
Procurement documents - redacted versions published:
There are certain elements (e.g., appendices/schedules) of the ITT documents provided at the date of this notice which are outstanding, as indicated within each document. In particular, the following appendices contain substantial redactions:
-ITT Appendix B - Award Criteria
-ITT Appendix C - Assessment Methodology
Appendix B as published; details the full break down of Award Criteria questions along with corresponding weightings but does not include the full text of the questions themselves. The Council intends to publish the unredacted versions of Appendices B and C within three weeks of the date of this notice, and in any event no later than the date the Council will confirm the Suppliers proceeding to Stage 2 (of the Competitive Flexible Procedure described herein) and publication of the Invitation To Tender. Please refer to the Procurement Timetable at Section 7 of the ITT for this planned date.
Please refer to the section below 'SUBMISSION ADDRESS AND ANY SPECIAL INSTRUCTIONS' for details of how to obtain and submit documents. Suppliers are solely responsible for ensuring they access and download all procurement documentation at every stage of the procurement process.
Total value (estimated)
- £3,800,000,000 including VAT Above the relevant threshold
Contract dates (estimated)
- 29 November 2027 to 28 November 2042
- Possible extension to 28 November 2052
- 25 years
Description of possible extension:
The initial term of the Partnership is 15 years with options to extend thereafter in 5 year increments up to a maximum term of 25 years in total.
Options
The right to additional purchases while the contract is valid.
Options to extend the term of the Partnership as described in the 'Description of extensions' section of this notice.
Main procurement category
Services
CPV classifications
Petroleum products, fuel, electricity and other sources of energy
Electrical machinery, apparatus, equipment and consumables; lighting
Water heaters and heating for buildings; plumbing equipment
Industrial machinery
Construction structures and materials; auxiliary products to construction (except electric apparatus)
Construction work
Repair and maintenance services of building installations
Public utilities
Financial leasing services
Corporate finance and venture capital services
Engineering services
Construction-related services
Legal services
Business and management consultancy and related services
Miscellaneous business and business-related services
Environmental services
Contract locations
- UKD3 - Greater Manchester
Legal and financial capacity conditions of participation
Please refer to the ITT documentation.
Technical ability conditions of participation
Please refer to the ITT documentation.
Particular suitability
Small and medium-sized enterprises (SME)
Submission type
Requests to participate
Deadline for requests to participate
27 May 2026, 1:00pm
Submission address and any special instructions
How to obtain and submit documents:
The Council's uses The Chest e-tendering system https://www.the-chest.org.uk /
Tender documentation is available free of charge via The Chest. Project Reference: DN748209.
Tender responses must be returned, and any clarifications/questions raised, through this same system.
The tender documentation contains full instructions for participation, full details of the GNDP opportunity, both selection and award criteria, and the procurement timeline and process.
Please allow sufficient time before the submission deadline to upload and submit your response through The Chest.
Help and Support - Proactis/The Chest: In the event that suppliers require assistance with the use of or access to the Council's e-tendering portal, please go to
www.the-chest.org.uk/SupplierSupport.html
Here there will be a hyperlink to log a support call for the ProContract system.
Alternatively, calls can be logged by emailing ProContractSuppliers@proactis.com and a representative will contact you as soon as possible.
For critical and time-sensitive issues (normally requiring resolution within 60 minutes) then please call 0330 005 0352. This telephone number is attended 09.00 - 17.30 Monday to Friday.
All communication (queries or clarifications) including your tender response must go through the Council's e-tendering portal www.the-chest.org.uk and must not be addressed directly to individual Council employees or any Council agent by email or otherwise.
For the purpose of Find A Tender Service, and therefore information which the Council will require from the Supplier as part of the procurement process, it is the Council's understanding that setting up a consortium requires the designation of a lead bidder, that the consortium has a unique name, registers itself and bids in its own right, with individual consortium members' share codes appear by merit of them being connected persons in the Supplier information. If applicable, Suppliers may wish to view the 'Government Commercial Function - A Guide for Suppliers: How to set up consortia on Find a Tender' https://www.youtube.com/watch?v=M-FF4aTxViw
The Council is providing this information in good faith, but accepts no responsibility for the completeness, accuracy, currentness or accessibility of this information. All interested parties are wholly responsible for their own knowledge, understanding and operability of all applicable legislation, processes, systems or otherwise associated with this public procurement process.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
Maximum 3 suppliers
Selection criteria:
Refer to the Procedure section of this notice and in particular details under 'Stage 1: Conditions of Participation'.
The assessment of PSQ responses is intended to identify up to a maximum of three Suppliers to be invited to participate in Stage 2. The ITT sets out the process for identifying the three Suppliers, minimum score requirements against individual and collective scored criteria, rules of disqualification, and examples which illustrates potential circumstances whereby the Council would invite a greater or lesser number than three Suppliers to participate in Stage 2.
Award decision date (estimated)
20 September 2027
| Name | Description | Type | Weighting |
| --- | --- | --- | --- |
| Technical Qualitative | Further detail is provided in the ITT documentation. | Quality | 47.26% |
| Commercial - Qualitative | Further detail is provided in the ITT documentation. | Quality | 21.69% |
| Social Value - Qualitative | Further detail is provided in the ITT documentation. | Quality | 12% |
| Legal - Qualitative | Further detail is provided in the ITT documentation. | Quality | 10% |
| Commercial - Quantitative | Further detail is provided in the ITT documentation. | Cost | 6.05% |
| Social Value - Quantitative | Further detail is provided in the ITT documentation. | Quality | 3% |
Description of risks to contract performance
Please refer to Section 10: Contract Risks within the ITT.
Applicable trade agreements
- Government Procurement Agreement (GPA)
- Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
Conflicts assessment prepared/revised
Yes
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
This tender notice relates to the Council's intention to award a public contract through a competitive flexible procedure in accordance with section 20(1) and (2)(b) of the Act.
Information contained within this notice is limited by various format and permitted character-counts or otherwise of Find A Tender Service and therefore must not be considered to be all inclusive. Readers are directed to obtain and review the procurement documents for full details, and to ensure their understanding of all matters before making any commercial decisions in respect of this opportunity.
This Competitive Flexible Procedure will be conducted in five (5) stages.
The stages consist of:
Stage 1: Conditions of Participation
Stage 1 commenced with the issuing of this Tender Notice and the publication of the Invitation to Tender (ITT).
The ITT includes a Procurement Specific Questionnaire (PSQ) at Appendix D which all Suppliers are required to complete and return in accordance with the Procurement Timetable and instructions therein.
The Council will undertake a review and assessment of the completed PSQ as detailed in the ITT. The assessment of PSQ responses is intended to identify up to a maximum of three Suppliers to be invited to participate in Stage 2. The ITT sets out the process for identifying the three Suppliers, minimum score requirements against individual and collective scored criteria, rules of disqualification, and examples which illustrates potential circumstances whereby the Council would invite a greater or lesser number than three Suppliers to participate in Stage 2.
Stage 1 will complete with Suppliers being notified in writing of whether or not they have been successfully shortlisted to participate in Stage 2.
Stage 2: Interim Tender Response Phase (Incorporating Introductory Meeting) (Parallel Engagement Phase)
Suppliers shortlisted at Stage 1 will receive a letter which will invite them to an introductory meeting, provide them with instructions for Interim Tender Responses and any new information regarding the procurement including any revisions to the timeline for submissions. The anticipated agenda for the introductory meeting is as follows: (a) introduce the Council's officers and commercial, legal and technical advisors; (b) meet the Supplier's Team; and (c) Council overview of the procurement process (including requirements for Stages 2 and 3) and the core elements of the Council's requirements for the Strategic Energy Partnership.
Following the initial meeting, Suppliers will able to submit an Interim Tender Response in accordance with the Procurement Timetable, information set out in the letter and ITT: A selection of questions (identified in the ITT) across Technical, Commercial, Social Value and Legal award criteria categories are open for Interim Tender Response. Suppliers will be able to submit a single Interim Tender Response for the specified questions under these categories, with the exception of the Legal questions which will allow up to three submissions.
Interim Tender Responses are not assessed. Their purpose is to allow Suppliers to share their outline responses to the specified award criteria with the Council, and in doing so identify aspects thereof that they would like to discuss in more detail during Stage 3 Dialogue Meetings.
Not all question responses will be due at the same time. There will be phases of Interim Tender Response requirements to inform Stage 3 Dialogue Meetings which will managed in waves. The Council will provide instructions on the content and deadline for each Interim Tender Response which will align with the content and timing of the corresponding dialogue meetings. Please refer to the ITT for further details.
Stage 3: Dialogue Meetings (Parallel Engagement Phase)
It is expected that there will be up to a maximum of 19 dialogue meetings (each of up to 2.5 hours duration) with each Supplier to cover the specific award criteria indicated for dialogue in the ITT across the Technical, Commercial, Social Value and Legal award criteria categories.
The purpose of the dialogue meetings is to discuss and give feedback on the Suppliers' Interim Tender Responses.
The Council expressly reserves the right to refine and update the documents provided during the procurement process, including to refine the award criteria in accordance with section 24 of the Procurement Act 2023. Where the award criteria are refined, this may include, but is not limited to; amending the weightings of each criterion and/or making improvements or clarificatory amendments to the text and/or applicable scoring methodologies.
Where refinements are made, the Council will republish or reissue the relevant document or appendix/schedule and, where required, will publish an update to this Tender Notice.
Stage 4: Invitation to Submit a Final Tender Response
Following the closure of Stage 3, the Council will confirm instructions to Suppliers for the submission of their Final Tender Response.
Suppliers must respond to all Technical, Commercial, Social Value and Legal questions set out in Appendix B: Award Criteria of the ITT.
Suppliers' Final Tender Responses will be evaluated in accordance with the assessment methodology set out in Appendix C: Assessment Methodology of the ITT.
The Council will conduct an assessment of all Final Tender Responses in order to identify the Supplier which has submitted the Most Advantageous Tender.
Stage 5: Preferred Supplier Stage
Following conclusion of Stage 4, the Council will provide an assessment summary to all Suppliers that submitted Final Tender Responses to:
(a) inform them whether they have been successful in the procurement;
(b) provide an explanation of the assessment of the Supplier's tender against the relevant award criteria;
(c) where different to the Supplier concerned, provide information in respect of the Most Advantageous Tender submitted, including details of the assessment of this tender against the relevant award criteria and the Preferred Supplier's name; and
(d) engage in further discussions with the Supplier who the Council considers to have the Most Advantageous Tender (the "Preferred Supplier") in order to finalise the Contractual Documentation.
Notwithstanding the above, any further discussions held with the Preferred Supplier will be solely for the purpose of finalising the Contractual Documentation based on their Final Tender Response and will not be an opportunity for negotiation. In the event that the Preferred Supplier attempts to negotiate or amend the Contractual Documentation beyond the position set out in its Final Tender Response then the Council reserves the right to exclude the relevant Supplier from the procurement and to proceed with the next Most Advantageous Tender.
Subject to completion of the mandatory standstill period post-publication of a contract award notice on the Central Digital Platform (CDP), Stage 5 will end with the Council entering into the SEP Agreement with the Preferred Supplier, a copy of which will be published following the redaction of any information which the Council considers to be sensitive commercial information (as defined by the Act) and where there is an overriding public interest in withholding from publication.
By issuing the procurement documents, the Council is not bound in any way and does not have to accept any Tender Response. The Council reserves the right to withdraw the contract opportunity without notice (save for any notice required by section 55 of the Act) and not award a contract under this procurement process (including as a result of the Council not receiving satisfactory responses). The Council will not be liable for any costs incurred by Suppliers during any stage of the process, including where the contract opportunity is withdrawn by the Council.
Oldham Metropolitan Borough Council
- Public Procurement Organisation Number: PMRJ-8362-DVNT Spindles Shopping Centre, West Street
Oldham
OL1 1HD
United Kingdom
Email: commercial.procurementunit@oldham.gov.uk
Region: UKD37 - Greater Manchester North East
Organisation type: Public authority - sub-central government
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
ERNST & YOUNG LLP
Summary of their role in this procurement: Independent Assurance Provider
- Companies House: OC300001
- Public Procurement Organisation Number: PMLW-7292-ZXTL 1 More London Place
London
SE1 2AF
United Kingdom
Email: eytenders@uk.ey.com
Website: https://www.ey.com/en_uk
Region: UKI44 - Lewisham and Southwark
BURO HAPPOLD LIMITED
Summary of their role in this procurement: Heat Network Consultants
- Companies House: 02049511
- Public Procurement Organisation Number: PMYR-5199-WHTD Pinesgate, Lower Bristol Road
Bath
BA2 3DP
United Kingdom
Email: projectleads@burohappold.com
Website: https://www.burohappold.com
Region: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
WOMBLE BOND DICKINSON (UK) LLP
Summary of their role in this procurement: Legal Advisors
- Companies House: OC317661
- Public Procurement Organisation Number: PYBM-6288-WNYY 4 More London Riverside
London
SE1 1AU
United Kingdom
Email: bids@wbd-uk.com
Website: http://www.womblebonddickinson.com
Region: UKI44 - Lewisham and Southwark
SOCIAL VALUE PORTAL LTD
Summary of their role in this procurement: Providers of social value platform and associated support service
- Companies House: 09197997
- Public Procurement Organisation Number: PQHH-4489-TLZM Tintagel House
London
SE1 7TY
United Kingdom
Email: sales@socialvalueportal.com
Website: https://www.socialvalueportal.com /
Region: UKI45 - Lambeth
Contact Oldham Metropolitan Borough Council for any enquiries.
Related changes
Source
Classification
Who this affects
Taxonomy
Browse Categories
Get Trade & Sanctions alerts
Weekly digest. AI-summarized, no noise.
Free. Unsubscribe anytime.
Get alerts for this source
We'll email you when Find a Tender - Latest Notices publishes new changes.