Notice Information
Notice Title
Energy Trading and Risk Management (ETRM) System
Notice Description
The Energy Trading and Risk Management system (ETRM) was used by Trading and Risk to manage the CCS energy portfolio for more than 1,200 customers across the Public Sector with a total spend of more than PS1.5 billion per annum. The Energy Trading and Risk Management system (ETRM) was used to record trade and demand forecasts, calculate open positions and valuations based on market prices, and serves as Trading and Risk's 'single source of truth' for portfolio reporting and information. CCS was seeking to replace its current ETRM by sourcing a replacement, cloud based system. This was an off-the-shelf ready to deploy software procurement, rather than a software development project. The ETRM would support CCS's ability to provide its customers with risk managed products for power and gas.
Lot Information
Lot 1
The Energy Trading and Risk Management system (ETRM) was used by Trading and Risk to manage the CCS energy portfolio for more than 1,200 customers across the Public Sector with a total spend of more than PS1.5 billion per annum. The Energy Trading and Risk Management system (ETRM) was used to record trade and demand forecasts, calculate open positions and valuations based on market prices, and serves as Trading and Risk's 'single source of truth' for portfolio reporting and information. CCS was seeking to replace its current ETRM by sourcing a replacement, cloud based system. This was an off-the-shelf ready to deploy software procurement, rather than a software development project. The ETRM would support CCS's ability to provide its customers with risk managed products for power and gas.
Renewal: The initial duration of the Framework is 2 years, with an option to extend for 3 periods of 12 months (2+1+1+1)
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04b58b
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/062981-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
-
- CPV Codes
48000000 - Software package and information systems
Notice Value(s)
- Tender Value
- £1,300,000 £1M-£10M
- Lots Value
- £1,300,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £2,038,571 £1M-£10M
Notice Dates
- Publication Date
- 7 Oct 20252 months ago
- Submission Deadline
- 10 Dec 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 25 Feb 20259 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- supplier@crowncommercial.gov.uk
- Contact Phone
- +44 345410222
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
Further Information
Notice URLs
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-04b58b-2025-10-07T15:50:18+01:00",
"date": "2025-10-07T15:50:18+01:00",
"ocid": "ocds-h6vhtk-04b58b",
"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/933cfe5e-764b-4811-bb90-a23831b4e668 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. Pursuant to termination detailed within the modification notice published on 24/09/2025, this contract is awarded to the supplier ranked second in RM6385 in replacement to ensure continuation of service. The Contract will be established for 24 months with the option for us to extend for 3 12 month periods (2+1+1+1).",
"initiationType": "tender",
"tender": {
"id": "RM6385",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Energy Trading and Risk Management (ETRM) System",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
"mainProcurementCategory": "goods",
"description": "The Energy Trading and Risk Management system (ETRM) was used by Trading and Risk to manage the CCS energy portfolio for more than 1,200 customers across the Public Sector with a total spend of more than PS1.5 billion per annum. The Energy Trading and Risk Management system (ETRM) was used to record trade and demand forecasts, calculate open positions and valuations based on market prices, and serves as Trading and Risk's 'single source of truth' for portfolio reporting and information. CCS was seeking to replace its current ETRM by sourcing a replacement, cloud based system. This was an off-the-shelf ready to deploy software procurement, rather than a software development project. The ETRM would support CCS's ability to provide its customers with risk managed products for power and gas.",
"value": {
"amount": 1300000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Energy Trading and Risk Management system (ETRM) was used by Trading and Risk to manage the CCS energy portfolio for more than 1,200 customers across the Public Sector with a total spend of more than PS1.5 billion per annum. The Energy Trading and Risk Management system (ETRM) was used to record trade and demand forecasts, calculate open positions and valuations based on market prices, and serves as Trading and Risk's 'single source of truth' for portfolio reporting and information. CCS was seeking to replace its current ETRM by sourcing a replacement, cloud based system. This was an off-the-shelf ready to deploy software procurement, rather than a software development project. The ETRM would support CCS's ability to provide its customers with risk managed products for power and gas.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"value": {
"amount": 1300000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The initial duration of the Framework is 2 years, with an option to extend for 3 periods of 12 months (2+1+1+1)"
},
"submissionTerms": {
"variantPolicy": "notAllowed",
"electronicCataloguePolicy": "required"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://crowncommercialservice.bravosolution.co.uk/web/login.html",
"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,
"frameworkAgreement": {
"maximumParticipants": 1
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-12-10T15:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2025-04-10T23:59:59+01:00"
}
},
"awardPeriod": {
"startDate": "2024-12-10T15:01:00Z"
},
"bidOpening": {
"date": "2024-12-10T15:01:00Z"
},
"hasRecurrence": true,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/e74297dd-d7b8-4e40-8b97-fa903e4f5634 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS contract. 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 the Government collects, stores, processes, generates or shares to deliver services and conduct business. Cyber Essentials Plus 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 Plus 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 Plus, 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 contract may have requirements that can be met under this contract but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 - About the contract within the invitation to tender documentation). In such cases, Call-offs from this contract will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the contract and any Call-off Contracts to reflect that buyer's specific needs. 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."
},
"newValue": {
"text": "As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/e74297dd-d7b8-4e40-8b97-fa903e4f5634 1) Contract notice transparency information for the agreement; 2) Rights reserved for CCS contract. 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 the Government collects, stores, processes, generates or shares to deliver services and conduct business. Cyber Essentials Plus 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 Plus 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 Plus, 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 contract may have requirements that can be met under this contract but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 - About the contract within the invitation to tender documentation). In such cases, Call-offs from this contract will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the contract and any Call-off Contracts to reflect that buyer's specific needs. 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."
},
"where": {
"section": "VI.3"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-3755",
"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",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "9th Floor, The Capital Building, Old Hall Street",
"locality": "Liverpool",
"region": "UKD72",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 345410222",
"email": "supplier@crowncommercial.gov.uk",
"url": "https://crowncommercialservice.bravosolution.co.uk/web/login.html"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/crown-commercial-service",
"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-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",
"postalCode": "L3 9PP",
"countryName": "United Kingdom",
"region": "UK"
},
"contactPoint": {
"telephone": "+44 3454102222",
"email": "supplier@crowncommercial.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.gov.uk/ccs"
},
"additionalContactPoints": [
{
"email": "supplier@crowncommercial.gov.uk"
}
]
},
{
"id": "GB-FTS-45397",
"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. L3 9PP",
"locality": "Liverpool",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-161728",
"name": "Crown Commercial Service",
"identifier": {
"legalName": "Crown Commercial Service",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "The Capital, Old Hall Street",
"locality": "Liverpool",
"region": "UKD72",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 345410222",
"email": "supplier@crowncommercial.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/crown-commercial-service"
}
},
{
"id": "GB-FTS-129315",
"name": "See Contracts Finder Notice for full supplier list",
"identifier": {
"legalName": "See Contracts Finder Notice for full supplier list",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"locality": "Liverpool",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-COH-7213987",
"name": "VuePoint Solutions Limited",
"identifier": {
"legalName": "VuePoint Solutions Limited",
"id": "7213987",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "Crescent House, Hopkinson Way",
"locality": "Andover",
"region": "UK",
"postalCode": "SP10 3SF",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-38566",
"name": "See Contracts Finder Notice for full supplier list",
"identifier": {
"legalName": "See Contracts Finder Notice for full supplier list",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-3755",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service"
},
"language": "en",
"awards": [
{
"id": "010393-2025-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-45397",
"name": "See Contracts Finder Notice for full supplier list"
}
]
},
{
"id": "059032-2025-RM6385-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-129315",
"name": "See Contracts Finder Notice for full supplier list"
},
{
"id": "GB-COH-7213987",
"name": "VuePoint Solutions Limited"
}
]
},
{
"id": "062981-2025-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-38566",
"name": "See Contracts Finder Notice for full supplier list"
}
]
}
],
"contracts": [
{
"id": "010393-2025-1",
"awardID": "010393-2025-1",
"status": "active",
"value": {
"amount": 1300000,
"currency": "GBP"
},
"dateSigned": "2025-02-25T00:00:00Z"
},
{
"id": "059032-2025-RM6385-1",
"awardID": "059032-2025-RM6385-1",
"status": "active",
"value": {
"amount": 1300000,
"currency": "GBP"
},
"dateSigned": "2025-09-12T00:00:00+01:00",
"period": {
"durationInDays": 720
},
"items": [
{
"id": "1",
"classification": {
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"amendments": [
{
"id": "2",
"description": "Terminated pursuant to separate agreement between the parties.",
"rationale": "Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee: Terminated pursuant to separate agreement between the parties."
}
]
},
{
"id": "062981-2025-1",
"awardID": "062981-2025-1",
"status": "active",
"value": {
"amount": 738571,
"currency": "GBP"
},
"dateSigned": "2025-10-07T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "4",
"measure": "bids",
"relatedLot": "1",
"value": 5
},
{
"id": "5",
"measure": "smeBids",
"relatedLot": "1",
"value": 4
},
{
"id": "6",
"measure": "electronicBids",
"relatedLot": "1",
"value": 5
},
{
"id": "7",
"measure": "bids",
"relatedLot": "1",
"value": 5
},
{
"id": "8",
"measure": "smeBids",
"relatedLot": "1",
"value": 4
},
{
"id": "9",
"measure": "electronicBids",
"relatedLot": "1",
"value": 5
}
]
}
}