Notice Information
Notice Title
Demand Management & Renewables DPS - Technical Assistance Facility 2
Notice Description
This Contract Award Notice gives notification following conclusion of the procurement of a Supplier to administer the Technical Assistance Facility 2 (hereafter referred to as "TAF 2") to support the delivery of the Social Housing Decarbonisation Fund (SHDF) and Home Upgrade Grant (HUG) energy retrofit schemes. A mini-competition using the CCS RM6313 Demand Management and Renewables DPS had taken place.
Lot Information
Lot 1
The current scope of the TAF 2 contract, providing pre-delivery support to GRs of the WH:SHF and WH:LG schemes will continue, with the inclusion of the Interim Delivery Model (IDM) to provide temporary in-delivery support to Grant Recipients (GRs), introduction of the Learning Communities into the TAF 2 contract for the remainder of the contract term, and an update to the wording of the existing TAF 2 KPIs and SLAs.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03d720
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/029299-2025
- Current Stage
- Award
- All Stages
- Planning, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
75 - Administration, defence and social security services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
71314000 - Energy and related services
75100000 - Administration services
79000000 - Business services: law, marketing, consulting, recruitment, printing and security
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £65,300,000 £10M-£100M
Notice Dates
- Publication Date
- 2 Jun 20258 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- 3 Aug 2023Expired
- Award Date
- 1 Feb 20242 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DESNZ & DSIT GROUP COMMERCIAL
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- hthcommercial@beis.gov.uk, hthcommercial@energysecurity.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW1H 0ET
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLI London, TLJ South East (England), TLK South West (England)
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-03d720-2025-06-02T16:42:59+01:00",
"date": "2025-06-02T16:42:59+01:00",
"ocid": "ocds-h6vhtk-03d720",
"initiationType": "tender",
"tender": {
"id": "2024/S 000-004704",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Demand Management & Renewables DPS - Technical Assistance Facility 2",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71314000",
"description": "Energy and related services"
},
"mainProcurementCategory": "services",
"description": "This Contract Award Notice gives notification following conclusion of the procurement of a Supplier to administer the Technical Assistance Facility 2 (hereafter referred to as \"TAF 2\") to support the delivery of the Social Housing Decarbonisation Fund (SHDF) and Home Upgrade Grant (HUG) energy retrofit schemes. A mini-competition using the CCS RM6313 Demand Management and Renewables DPS had taken place.",
"lots": [
{
"id": "1",
"description": "The current scope of the TAF 2 contract, providing pre-delivery support to GRs of the WH:SHF and WH:LG schemes will continue, with the inclusion of the Interim Delivery Model (IDM) to provide temporary in-delivery support to Grant Recipients (GRs), introduction of the Learning Communities into the TAF 2 contract for the remainder of the contract term, and an update to the wording of the existing TAF 2 KPIs and SLAs.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
},
"hasOptions": false,
"contractPeriod": {
"endDate": "2025-06-02T23:59:59+01:00"
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75100000",
"description": "Administration services"
},
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
}
],
"deliveryAddresses": [
{
"region": "UKC"
},
{
"region": "UKD"
},
{
"region": "UKE"
},
{
"region": "UKF"
},
{
"region": "UKG"
},
{
"region": "UKH"
},
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKK"
},
{
"region": "UKC"
},
{
"region": "UKD"
},
{
"region": "UKE"
},
{
"region": "UKF"
},
{
"region": "UKG"
},
{
"region": "UKH"
},
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2023-08-04T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure"
},
"parties": [
{
"id": "GB-FTS-84165",
"name": "Department for Energy Security and Net Zero",
"identifier": {
"legalName": "Department for Energy Security and Net Zero",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "1 Victoria Street",
"locality": "London",
"region": "UKI32",
"postalCode": "SW1H0ET",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "hthcommercial@beis.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-energy-security-and-net-zero",
"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-82225",
"name": "Department for Energy Security & Net Zero",
"identifier": {
"legalName": "Department for Energy Security & Net Zero"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "hthcommercial@energysecurity.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-energy-security-and-net-zero",
"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-104937",
"name": "Turner and Townsend Consulting Ltd",
"identifier": {
"legalName": "Turner and Townsend Consulting Ltd"
},
"address": {
"locality": "Leeds",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104938",
"name": "The Department for Energy Security & Net Zero",
"identifier": {
"legalName": "The Department for Energy Security & Net Zero"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-114361",
"name": "DESNZ & DSIT Group Commercial",
"identifier": {
"legalName": "DESNZ & DSIT Group Commercial"
},
"address": {
"streetAddress": "3-8 Whitehall Place",
"locality": "London",
"region": "UK",
"postalCode": "SW1A 2EG",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "hthcommercial@energysecurity.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-energy-security-and-net-zero"
}
},
{
"id": "GB-FTS-145575",
"name": "Turner and Townsend Consulting Ltd",
"identifier": {
"legalName": "Turner and Townsend Consulting Ltd"
},
"address": {
"streetAddress": "Low Hall, Calverly Lane, Horsforth",
"locality": "Leeds",
"region": "UK",
"postalCode": "LS18 4GH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-94110",
"name": "Department for Energy Security and Net Zero",
"identifier": {
"legalName": "Department for Energy Security and Net Zero"
},
"address": {
"streetAddress": "3-8 Whitehall Place",
"locality": "London",
"postalCode": "SW1A 2EG",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "hthcommercial@energysecurity.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-114361",
"name": "DESNZ & DSIT Group Commercial"
},
"language": "en",
"awards": [
{
"id": "004704-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-104937",
"name": "Turner and Townsend Consulting Ltd"
}
]
},
{
"id": "029299-2025-con_5585-1",
"relatedLots": [
"1"
],
"title": "Demand Management & Renewables DPS - Technical Assistance Facility 2",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-145575",
"name": "Turner and Townsend Consulting Ltd"
}
]
}
],
"contracts": [
{
"id": "004704-2024-1",
"awardID": "004704-2024-1",
"status": "active",
"value": {
"amount": 26600000,
"currency": "GBP"
},
"dateSigned": "2024-02-01T00:00:00Z"
},
{
"id": "029299-2025-con_5585-1",
"awardID": "029299-2025-con_5585-1",
"title": "Demand Management & Renewables DPS - Technical Assistance Facility 2",
"status": "active",
"value": {
"amount": 38700000,
"currency": "GBP"
},
"dateSigned": "2025-06-02T00:00:00+01:00",
"period": {
"endDate": "2025-06-02T23:59:59+01:00"
},
"items": [
{
"id": "1",
"classification": {
"scheme": "CPV",
"id": "71314000",
"description": "Energy and related services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75100000",
"description": "Administration services"
},
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"amendments": [
{
"id": "1",
"description": "This Modification Notice gives notification of a variation to the TAF 2 contract, which supports the delivery of the Warm Homes Social Housing Fund (WH:SHF) and Warm Homes Local Grant (WH:LG) energy retrofit schemes. The supplier for this contract is Turner and Townsend Ltd (T&T). This variation has been made to: * Enable T&T to provide Interim Delivery Model (IDM) services, addressing a gap in delivery support for Grant Recipients (GRs) of the WH:SHF and WH:LG schemes, due to unforeseen delays in procuring the wider Delivery Partner 2 (DP2). This support will be required up until the DP2 supplier is mobilised (TBC - indicative date of early 2026). * Include 'Learning Communities' to provide GRs of WH:SHF and WH:LG with a network of support to overcome retrofit challenges and expedite solutions by accessing learned experience from peers. * Update the wording of the TAF 2 KPIs and SLAs to reflect the current workstream structure. The Department published a Voluntary Transparency Notice (https://www.find-tender.service.gov.uk/Notice/017748-2025) to inform the market of its intention to vary this contract, and has completed observing a 30 day period between publication of this notice and contract variation award. Please see this notice for the justification of this contract variation under Regulation 72(1)(b) of PCR 2015",
"rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: The Authority holds the view that the contract may be modified without a new award procedure as it satisfies the requirements of Regulation 72(1)(b) of PCR 2015 for the reasons set out below: If the TAF 2 contract is not varied to enable delivery of the IDM, there will be no in-delivery support to WH:SHF and WH:LG scheme grant recipients between the schemes' launch (April 2025) and award/mobilisation of a future DP2 supplier (date TBC - indicative date early 2026). In their capacity as the provider of TAF 2 requirements, T&T has built relationships with grant recipients preparing to receive funding from the WH:LG and WH:SHF schemes through the provision of one-to-one (e.g. masterclasses and roundtables) and one-to-many (e.g. 1-2-1 support) pre-delivery learning and support offerings. Consequently, T&T are well placed to ensure a consistent level of support for grant recipients through the early stages of their projects by ensuring they have access to the technical expertise and resources required to resolve any challenges encountered. TAF2 pre-delivery service packages share significant commonalities with IDM requirements, and can be pivoted with minimal disruption to in-delivery support; in preparing grant recipients to launch their funded projects, T&T has built a credible knowledge of the schemes, supporting policies and steps required to enable effective operational delivery to progress. With the limited time available, The Authority could not define a viable route to market which would have provided similar service continuity and oversight of grant spending between the scheme launches and DP2 award, nor does it have the capacity and capability to deliver those services in-house. Multiple contractor variations would have caused significant disruption to grant recipient user experience, occurring during handover from T&T in their capacity as TAF 2 provider to an IDM supplier, to the eventual DP2 supplier. Finally, the value of the modification will not exceed 50% of the original contract value (PS13.3 million of a contract value of PS26.6 million). In summary, T&T represents the most viable route for DESNZ to ensure: 1. Value for money; 2. Successful/compliant deployment of government grant funding; 3. Mitigation of fraud/error within schemes; and 4. Minimal disruption of services provided to Grant Recipients."
}
]
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
}
]
}
}