Award

Provision of Power Purchasing Agreements

THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

This public procurement record has 5 releases in its history.

Award

09 May 2025 at 12:17

TenderUpdate

17 Dec 2024 at 12:01

TenderUpdate

25 Nov 2024 at 15:33

Tender

06 Sep 2024 at 09:20

Planning

05 Oct 2021 at 21:45

Summary of the contracting process

The Minister for the Cabinet Office, acting through the Crown Commercial Service, has concluded the procurement process for Power Purchasing Agreements for Central Government and UK public sector bodies, under the project identifier RM6289. The procurement, which involved an open procedure, was aimed at sourcing renewable electricity to be supplied through Power Purchase Agreements. This process commenced as a tender and has progressed through to the award stage, with the contract officially signed on 15 April 2025. The industry category for this procurement was 'Generators', classified under CPV code 31120000, with the primary focus on goods. The contract has been awarded to multiple successful suppliers with its scope covering the UK, and it includes a financial turnover estimate of £25 billion.

This procurement presents significant opportunities for businesses involved in the supply of renewable electricity. Organisations that specialise in producing generators or providing related energy services could find participating in such procurements highly beneficial. The procurement process emphasised quality over price, with an 80/20 weightage, providing opportunities for businesses with a focus on quality and innovation in the renewable energy sector. The requirements under the Cyber Essentials mandate also encourage businesses capable of ensuring robust cyber security measures to engage. As the framework allows for a broad number of participants, companies meeting the stringent selection criteria have the potential to secure substantial contracts, thereby facilitating notable business growth.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of Power Purchasing Agreements

Notice Description

Crown Commercial Service, as the Authority, has put in place a direct agreement for the provision of Power Purchase Agreements for use by Central Government and UK public sector bodies. The Authority has appointed multiple Potential Providers who can supply renewable electricity to Crown Commercial Service and its customers through a Power Purchase Agreement and Supplier Interface Agreement with the Authority's registered licensed supplier

Lot Information

Lot 1

Provision of Power Purchase Agreements for use by Central Government and UK public sector bodies. Additional information: CCS has established this framework and 6 suppliers were awarded.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02e870
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/020065-2025
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting


CPV Codes

31120000 - Generators

Notice Value(s)

Tender Value
£25,000,000,000 Over £10B
Lots Value
£25,000,000,000 Over £10B
Awards Value
Not specified
Contracts Value
£25,000,000,000 Over £10B

Notice Dates

Publication Date
9 May 20259 months ago
Submission Deadline
4 Nov 2024Expired
Future Notice Date
31 Jul 2022Expired
Award Date
14 Apr 202510 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE
Additional Buyers

CROWN COMMERCIAL SERVICE

Contact Name
Not specified
Contact Email
supplier@crowncommercial.gov.uk
Contact Phone
+44 3454102222

Buyer Location

Locality
LIVERPOOL
Postcode
L3 9PP
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
Not specified

Local Authority
Liverpool
Electoral Ward
City Centre North
Westminster Constituency
Liverpool Riverside

Supplier Information

Number of Suppliers
1
Supplier Name

SEE CONTRACTS FINDER NOTICE FOR FULL SUPPLIER LIST

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-02e870-2025-05-09T13:17:19+01:00",
    "date": "2025-05-09T13:17:19+01:00",
    "ocid": "ocds-h6vhtk-02e870",
    "description": "The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement. As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/39a6b933-12ba-47f7-9088-5d4898f4fbe1 1) Redacted Commercial Agreement 2) List of Successful Suppliers 3) Approved Customer list 4) Transparency Agenda On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.",
    "initiationType": "tender",
    "tender": {
        "id": "RM6289",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of Power Purchasing Agreements",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "31120000",
            "description": "Generators"
        },
        "mainProcurementCategory": "goods",
        "description": "Crown Commercial Service, as the Authority, has put in place a direct agreement for the provision of Power Purchase Agreements for use by Central Government and UK public sector bodies. The Authority has appointed multiple Potential Providers who can supply renewable electricity to Crown Commercial Service and its customers through a Power Purchase Agreement and Supplier Interface Agreement with the Authority's registered licensed supplier",
        "value": {
            "amount": 25000000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Provision of Power Purchase Agreements for use by Central Government and UK public sector bodies. Additional information: CCS has established this framework and 6 suppliers were awarded.",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "80"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                },
                "value": {
                    "amount": 25000000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31120000",
                        "description": "Generators"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-08-01T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://crowncommercialservice.bravosolution.co.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "tenderPeriod": {
            "endDate": "2024-11-04T15:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2024-11-04T15:01:00Z"
        },
        "bidOpening": {
            "date": "2024-11-04T15:01:00Z"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2024-11-04T15:01:00Z"
                        },
                        "newValue": {
                            "date": "2025-01-13T15:01:00Z"
                        },
                        "where": {
                            "section": "IV.2.7"
                        }
                    }
                ],
                "description": "As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/b5639b30-b751-4117-b9f1-c584cf45e6bb 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 - About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer's specific needs. CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222."
            },
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2024-11-04T15:01:00Z"
                        },
                        "newValue": {
                            "date": "2025-01-22T15:01:00Z"
                        },
                        "where": {
                            "section": "IV.2.7"
                        }
                    }
                ],
                "description": "As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/b5639b30-b751-4117-b9f1-c584cf45e6bb 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 - About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer's specific needs. CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-575",
            "name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
            "identifier": {
                "legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "region": "UK",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3454102222",
                "email": "supplier@crowncommercial.gov.uk",
                "url": "https://crowncommercialservice.bravosolution.co.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody",
                "mediationBody"
            ],
            "details": {
                "url": "https://www.gov.uk/ccs",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-3766",
            "name": "Crown Commercial Service",
            "identifier": {
                "legalName": "Crown Commercial Service"
            },
            "address": {
                "streetAddress": "The Capital Building, Old Hall Street",
                "locality": "Liverpool",
                "region": "UK",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3454102222",
                "email": "supplier@crowncommercial.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/ccs"
            }
        },
        {
            "id": "GB-FTS-147271",
            "name": "See Contracts Finder Notice for full supplier list",
            "identifier": {
                "legalName": "See Contracts Finder Notice for full supplier list"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-575",
        "name": "The Minister for the Cabinet Office acting through Crown Commercial Service"
    },
    "language": "en",
    "awards": [
        {
            "id": "020065-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-147271",
                    "name": "See Contracts Finder Notice for full supplier list"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "020065-2025-1",
            "awardID": "020065-2025-1",
            "status": "active",
            "value": {
                "amount": 25000000000,
                "currency": "GBP"
            },
            "dateSigned": "2025-04-15T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "3",
                "measure": "bids",
                "relatedLot": "1",
                "value": 8
            },
            {
                "id": "4",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 8
            }
        ]
    }
}