Notice Information
Notice Title
28-32 Flexible Procurement and Supply of Gas and/or Electricity
Notice Description
The Contracting Authority will establish a single, closed Framework Agreement for the flexible procurement and supply of Gas and/or Electricity, as well as Net Zero Energy related Innovation Solutions, to public sector organisations across the United Kingdom. Following comprehensive market engagement, the framework structure has been confirmed and will comprise three distinct lots. Please be advised that the estimated value of the Framework, and the individual Lots, represent a greater value than current spend, but account for potential growth in customer volumes and energy costs. Lot 1: Flexible Procurement and Supply of Electricity with Additional Services (covering Metered and Unmetered Electricity) Lot 2: Flexible Procurement and Supply of Natural Gas with Additional Services Lot 3: Supply of Innovation Solutions relating to renewable energy and flexibility services The framework will support flexible procurement strategies, and offer two service levels to Participating Authorities. A Procurement Only Service Option (POSO) and a Fully Managed (FM) Service. Additional services within scope include: Metering and data services (Meter Operations, Data Collection & Aggregation, AMR provision) Net zero and renewable energy solutions (including PPAs, REGO-backed supply, demand-side response) Virtual PPA facilitation and access to intraday electricity markets Small generation opportunities (Smart Export Guarantee, Feed-in Tariff) Innovation solutions for renewable energy and flexibility services The framework will provide Participating Authorities with access to competitive, flexible energy procurement that supports their net zero commitments and delivers best value. Framework Operation: Suppliers will be evaluated and ranked independently for each lot based on their tender responses. For Lots 1 and 2, one Primary supplier and one or more Secondary Suppliers will be awarded positions (pending meeting of minimum requirements for those Lots) and all suppliers on Lot 3 who meet the minimum requirements of the tender will be awarded positions. Suppliers will be ranked as either Primary or Secondary suppliers based on their evaluation scores for Lots 1 and 2, with Primary Suppliers being offered first opportunity for any Awards Without Competition via the framework. Call-off procedures: Participating Authorities may award call-off contracts through either: Award Without Competition to the Primary Supplier (highest-scoring supplier per lot), who will be given first consideration for call-off contracts; or Award Without Competition to a Secondary Supplier where the Participating Authority has specific requirements that cannot be met by the Primary Supplier, or where other valid reasons apply; or Further-competition among all framework suppliers capable of meeting the specific requirements. Pricing determination: Prices for call-off contracts will be determined through the suppliers' framework pricing submissions and the specific requirements of the Participating Authority (for direct awards) or through competitive tendering in mini-competitions. Supplier performance and transfer mechanisms: The Contracting Authority reserves the right to facilitate the transfer of Participating Authorities to alternative framework suppliers in circumstances including but not limited to: material supplier underperformance, supplier failure, force majeure, or where a Participating Authority's needs can only be served by an alternative supplier. Secondary suppliers provide essential resilience and optionality throughout the framework term. The Contracting Authority reserves the right to remove or suspend suppliers from the framework where performance issues are not addressed satisfactorily in accordance with the dispute resolution procedures. There is no restriction on the number of Lots a single supplier may be awarded, enabling the appointment of a single primary supplier across multiple Lots where this represents best value and meets strategic requirements. To view this notice, please click here: https://csg.delta-esourcing.com/delta/viewNotice.html?noticeId=1014369495
Lot Information
Flexible Procurement and Supply of Electricity with Additional Services
This lot covers the flexible procurement and supply of electricity to metered (Half Hourly and Non-Half Hourly) and unmetered supply sites across approximately 200 public sector Participating Authorities. Scope of supply: Electricity procurement and supply including wholesale market access, flexible trading strategies, and portfolio management services for both Managed Service and Procurement Only Service Option (POSO) arrangements. Indicative volumes: Approximately 2.4 TWh annually across circa 63,500 supply points, including schools, universities, police and fire stations, civic centres, housing portfolios, health trusts, and leisure centres. Volumes are indicative only and not guaranteed. Metering and data services: Provision or accommodation of Meter Operation, Data Collection, and Data Aggregation services, working with both supplier-appointed and Participating Authority-nominated agents. Suppliers must support Market-wide Half-Hourly Settlement (MHHS) and future regulatory changes. Additional services may include: Power Purchase Agreements (PPAs) - physical, virtual, and sleeved arrangements REGO-backed supply and renewable energy procurement Demand-side response services Access to intraday electricity markets (e.g., N2EX) Small generation opportunities (Smart Export Guarantee, Feed-in Tariff) Net zero and decarbonisation solutions Flexible billing arrangements compatible with the Contracting Authority's systems
Renewal: The framework may be extended for up to one additional year beyond the initial 6-year term, at the Contracting Authority's sole discretion, subject to: Satisfactory supplier performance throughout the initial framework period Continued value for money and market competitiveness Compliance with the Procurement Act 2023 extension provisions Agreement with framework suppliers on extension terms Any extension will be confirmed in writing to suppliers with at least 6 months' notice before the initial framework expiry date (30/09/2032). Extension decisions will consider market conditions, regulatory changes, and the strategic requirements of the Contracting Authority and Participating Authorities at that time. The extension mechanism enables continuity of supply while a replacement framework procurement is conducted, avoiding service disruption to approximately 200 Participating Authorities.
Flexible Procurement and Supply of Natural Gas, Daily Metered (DM) and Non-Daily Metered (NDM) with Additional ServicesThis lot covers the flexible procurement and supply of natural gas to Daily Metered (DM) and Non-Daily Metered (NDM) sites across approximately 200 public sector Participating Authorities. Scope of supply: Natural gas procurement and supply including wholesale market access, flexible trading strategies, and portfolio management services for both Managed Service and Procurement Only Service Option (POSO) arrangements. Indicative volumes: Approximately 4.2 TWh annually across circa 17,000 supply points, serving schools, universities, police and fire stations, civic centres, housing portfolios, health trusts, and leisure centres. Volumes are indicative only and not guaranteed. Metering and data services: Provision or accommodation of meter reading services and AMR (Automatic Meter Reading) for profile classes, working with both supplier-appointed and Participating Authority-nominated agents. Additional services may include: Gas Purchase Agreements (GPAs) - for renewable gas sources Sleeved gas transactions from third-party sources Biomethane Certificates (BMCs) and Green Gas certification Hydrogen mix certificate schemes (anticipating future grid injection) Support for net zero decarbonisation goals Flexible billing arrangements compatible with the Contracting Authority's systems Load shaping and imbalance management
Renewal: The framework may be extended for up to one additional year beyond the initial 6-year term, at the Contracting Authority's sole discretion, subject to: Satisfactory supplier performance throughout the initial framework period Continued value for money and market competitiveness Compliance with the Procurement Act 2023 extension provisions Agreement with framework suppliers on extension terms Any extension will be confirmed in writing to suppliers with at least 6 months' notice before the initial framework expiry date (30/09/2032). Extension decisions will consider market conditions, regulatory changes, and the strategic requirements of the Contracting Authority and Participating Authorities at that time. The extension mechanism enables continuity of supply while a replacement framework procurement is conducted, avoiding service disruption to approximately 200 Participating Authorities.
Supply of Innovation Solutions relating to renewable energy and flexibility servicesThis lot establishes a panel of specialist providers offering innovative services that support renewable energy generation and electricity flexibility for public sector organisations. Services may be provided alongside or independently of electricity supply contracts under Lot 1. The electricity market is undergoing significant transformation. This lot enables access to evolving flexibility and renewable energy solutions, with suppliers expected to develop their offerings throughout the framework term as market opportunities emerge. Services include: Flexibility Market Facilitators: Advising and/or facilitating public sector electricity assets to provide grid services including network flexibility auctions, Capacity Market participation, battery operation, Virtual Lead Party services (P415), wholesale market arbitrage, demand/generation control, Virtual Power Plant platforms, and asset aggregation. Power Purchase Agreements: Licensed suppliers offering PPAs for generators with fixed price, flexible sale, index-linked (e.g. N2EX), or system price options. Wholesale Energy Trading Alternatives: Solutions optimising locality and temporal matching of generation/demand, local energy markets, prosumer portfolio management, Complex Site Classes (P441), supply exemptions (P442), granular REGO matching, and financial hedging instruments. Dynamic Electricity Tariffs: Licensed suppliers offering tariffs utilizing wholesale market, network pricing, or settlement signals to incentivize demand adjustment, load shifting, EV charging optimization, and behind-the-meter battery control. Intermediary PPA Providers: Licensed suppliers acting as single offtaker for multiple renewable generators, packaging intermittent output into tradable blocks for on-supply to multiple end-user suppliers. Balancing Services: Independent providers offering chargeable shaping and balancing services across import/export portfolios, settling with licensed suppliers or via the Contracting Authority. Call-offs will be made via direct award or mini-competition based on Participating Authority requirements. Estimated project values vary from advisory services to substantial commercial arrangements. Please note that the estimated value of this Lot is an indicative estimate only. Lot 3 is a call-off framework for project-based innovation services where demand is uncertain and will be driven by individual Participating Authority net zero programmes and market opportunities.
Renewal: The framework may be extended for up to one additional year beyond the initial 6-year term (to 30/09/2033), at the Contracting Authority's sole discretion. Extension decisions for Lot 3 will consider: Market maturity and evolution of flexibility/renewable energy services Supplier performance in delivering innovation solutions Continued availability of competitive and innovative offerings Value for money compared to re-procurement Regulatory and market developments (e.g., REMA implementation, local flexibility market evolution) Project pipeline and ongoing Participating Authority requirements Given the transformational nature of the electricity market during the framework term, the extension option provides continuity for multi-year projects while avoiding disruption to Participating Authorities' decarbonisation programmes. Extension decisions will be confirmed in writing to framework suppliers with at least 6 months' notice before the initial framework expiry date (30/09/2032). The Contracting Authority may extend some or all services within Lot 3 based on market assessment at that time.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05d93e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/013711-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
09 - Petroleum products, fuel, electricity and other sources of energy
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
09000000 - Petroleum products, fuel, electricity and other sources of energy
09100000 - Fuels
09123000 - Natural gas
09310000 - Electricity
71314000 - Energy and related services
71314100 - Electrical services
Notice Value(s)
- Tender Value
- £10,000,000,000 Over £10B
- Lots Value
- £10,000,000,000 Over £10B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Feb 20266 days ago
- Submission Deadline
- 27 Mar 20262 months to go
- Future Notice Date
- 20 Jan 2026Expired
- Award Date
- Not specified
- Contract Period
- 30 Sep 2026 - 30 Sep 2032 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- KENT COUNTY COUNCIL (T/A LASER)
- Contact Name
- Not specified
- Contact Email
- csgprocurement@csltd.org.uk
- Contact Phone
- +448081685808
Buyer Location
- Locality
- WEST MALLING
- Postcode
- ME19 4YT
- Post Town
- Rochester
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ4 Kent
- Small Region (ITL 3)
- TLJ46 West Kent
- Delivery Location
- Not specified
-
- Local Authority
- Tonbridge and Malling
- Electoral Ward
- Kings Hill
- Westminster Constituency
- Maidstone and Malling
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/013711-2026
16th February 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/008262-2026
29th January 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/070571-2025
3rd November 2025 - Planned procurement notice on Find a Tender
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-05d93e-2026-02-16T10:05:06Z",
"date": "2026-02-16T10:05:06Z",
"ocid": "ocds-h6vhtk-05d93e",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "070571-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/070571-2025",
"datePublished": "2025-11-03T16:06:00Z",
"format": "text/html"
}
]
},
"parties": [
{
"id": "GB-PPON-PYCX-4938-CCHM",
"name": "Kent County Council (t/a Laser)",
"identifier": {
"scheme": "GB-PPON",
"id": "PYCX-4938-CCHM"
},
"address": {
"streetAddress": "1 Abbey Wood Road",
"locality": "West Malling",
"postalCode": "ME19 4YT",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ46"
},
"contactPoint": {
"email": "csgprocurement@csltd.org.uk",
"telephone": "+448081685808"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PYCX-4938-CCHM",
"name": "Kent County Council (t/a Laser)"
},
"tender": {
"id": "Y26004",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "28-32 Flexible Procurement and Supply of Gas and/or Electricity",
"description": "The Contracting Authority will establish a single, closed Framework Agreement for the flexible procurement and supply of Gas and/or Electricity, as well as Net Zero Energy related Innovation Solutions, to public sector organisations across the United Kingdom. Following comprehensive market engagement, the framework structure has been confirmed and will comprise three distinct lots. Please be advised that the estimated value of the Framework, and the individual Lots, represent a greater value than current spend, but account for potential growth in customer volumes and energy costs. Lot 1: Flexible Procurement and Supply of Electricity with Additional Services (covering Metered and Unmetered Electricity) Lot 2: Flexible Procurement and Supply of Natural Gas with Additional Services Lot 3: Supply of Innovation Solutions relating to renewable energy and flexibility services The framework will support flexible procurement strategies, and offer two service levels to Participating Authorities. A Procurement Only Service Option (POSO) and a Fully Managed (FM) Service. Additional services within scope include: Metering and data services (Meter Operations, Data Collection & Aggregation, AMR provision) Net zero and renewable energy solutions (including PPAs, REGO-backed supply, demand-side response) Virtual PPA facilitation and access to intraday electricity markets Small generation opportunities (Smart Export Guarantee, Feed-in Tariff) Innovation solutions for renewable energy and flexibility services The framework will provide Participating Authorities with access to competitive, flexible energy procurement that supports their net zero commitments and delivers best value. Framework Operation: Suppliers will be evaluated and ranked independently for each lot based on their tender responses. For Lots 1 and 2, one Primary supplier and one or more Secondary Suppliers will be awarded positions (pending meeting of minimum requirements for those Lots) and all suppliers on Lot 3 who meet the minimum requirements of the tender will be awarded positions. Suppliers will be ranked as either Primary or Secondary suppliers based on their evaluation scores for Lots 1 and 2, with Primary Suppliers being offered first opportunity for any Awards Without Competition via the framework. Call-off procedures: Participating Authorities may award call-off contracts through either: Award Without Competition to the Primary Supplier (highest-scoring supplier per lot), who will be given first consideration for call-off contracts; or Award Without Competition to a Secondary Supplier where the Participating Authority has specific requirements that cannot be met by the Primary Supplier, or where other valid reasons apply; or Further-competition among all framework suppliers capable of meeting the specific requirements. Pricing determination: Prices for call-off contracts will be determined through the suppliers' framework pricing submissions and the specific requirements of the Participating Authority (for direct awards) or through competitive tendering in mini-competitions. Supplier performance and transfer mechanisms: The Contracting Authority reserves the right to facilitate the transfer of Participating Authorities to alternative framework suppliers in circumstances including but not limited to: material supplier underperformance, supplier failure, force majeure, or where a Participating Authority's needs can only be served by an alternative supplier. Secondary suppliers provide essential resilience and optionality throughout the framework term. The Contracting Authority reserves the right to remove or suspend suppliers from the framework where performance issues are not addressed satisfactorily in accordance with the dispute resolution procedures. There is no restriction on the number of Lots a single supplier may be awarded, enabling the appointment of a single primary supplier across multiple Lots where this represents best value and meets strategic requirements. To view this notice, please click here: https://csg.delta-esourcing.com/delta/viewNotice.html?noticeId=1014369495",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "09000000",
"description": "Petroleum products, fuel, electricity and other sources of energy"
},
{
"scheme": "CPV",
"id": "09310000",
"description": "Electricity"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "09000000",
"description": "Petroleum products, fuel, electricity and other sources of energy"
},
{
"scheme": "CPV",
"id": "09100000",
"description": "Fuels"
},
{
"scheme": "CPV",
"id": "09123000",
"description": "Natural gas"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "09000000",
"description": "Petroleum products, fuel, electricity and other sources of energy"
},
{
"scheme": "CPV",
"id": "09310000",
"description": "Electricity"
},
{
"scheme": "CPV",
"id": "71314000",
"description": "Energy and related services"
},
{
"scheme": "CPV",
"id": "71314100",
"description": "Electrical services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3"
}
],
"value": {
"amountGross": 10000000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"method": "withAndWithoutReopeningCompetition",
"type": "closed",
"description": "Suppliers will be evaluated and ranked independently for each lot based on their tender responses. Awards will be made to all suppliers meeting the minimum requirements, with suppliers ranked as either Primary or Secondary based on their evaluation scores. Call-off procedures: Participating Authorities may award call-off contracts through either: Direct award to the Primary Supplier (highest-scoring supplier per lot), who will be given first consideration for call-off contracts; or Direct award to a Secondary Supplier where the Participating Authority has specific requirements that cannot be met by the Primary Supplier, or where continuity of supply or other valid reasons apply; or Mini-competition among all framework suppliers capable of meeting the specific requirements (Lot 3 only). Pricing determination: Prices for call-off contracts will be determined through the suppliers' framework pricing submissions and the specific requirements of the Participating Authority (for direct awards) or through competitive tendering in mini-competitions. Supplier performance and transfer mechanisms: The Contracting Authority reserves the right to facilitate the transfer of Participating Authorities to alternative framework suppliers in circumstances including but not limited to: material supplier underperformance, supplier failure, force majeure, or where a Participating Authority's needs can be better served by an alternative supplier. Secondary suppliers provide essential resilience and optionality throughout the framework term. The Contracting Authority reserves the right to remove or suspend suppliers from the framework where performance issues are not addressed satisfactorily in accordance with the dispute resolution procedures. There is no restriction on the number of lots a single supplier may be awarded, enabling the appointment of a single primary supplier across multiple lots where this represents best value and meets strategic requirements."
}
},
"submissionMethodDetails": "https://csg.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=1006674955",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-03-27T14:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-06-26T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"title": "Flexible Procurement and Supply of Electricity with Additional Services",
"description": "This lot covers the flexible procurement and supply of electricity to metered (Half Hourly and Non-Half Hourly) and unmetered supply sites across approximately 200 public sector Participating Authorities. Scope of supply: Electricity procurement and supply including wholesale market access, flexible trading strategies, and portfolio management services for both Managed Service and Procurement Only Service Option (POSO) arrangements. Indicative volumes: Approximately 2.4 TWh annually across circa 63,500 supply points, including schools, universities, police and fire stations, civic centres, housing portfolios, health trusts, and leisure centres. Volumes are indicative only and not guaranteed. Metering and data services: Provision or accommodation of Meter Operation, Data Collection, and Data Aggregation services, working with both supplier-appointed and Participating Authority-nominated agents. Suppliers must support Market-wide Half-Hourly Settlement (MHHS) and future regulatory changes. Additional services may include: Power Purchase Agreements (PPAs) - physical, virtual, and sleeved arrangements REGO-backed supply and renewable energy procurement Demand-side response services Access to intraday electricity markets (e.g., N2EX) Small generation opportunities (Smart Export Guarantee, Feed-in Tariff) Net zero and decarbonisation solutions Flexible billing arrangements compatible with the Contracting Authority's systems",
"status": "active",
"value": {
"amountGross": 7000000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2026-10-01T00:00:00+01:00",
"endDate": "2032-09-30T23:59:59+01:00",
"maxExtentDate": "2033-09-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The framework may be extended for up to one additional year beyond the initial 6-year term, at the Contracting Authority's sole discretion, subject to: Satisfactory supplier performance throughout the initial framework period Continued value for money and market competitiveness Compliance with the Procurement Act 2023 extension provisions Agreement with framework suppliers on extension terms Any extension will be confirmed in writing to suppliers with at least 6 months' notice before the initial framework expiry date (30/09/2032). Extension decisions will consider market conditions, regulatory changes, and the strategic requirements of the Contracting Authority and Participating Authorities at that time. The extension mechanism enables continuity of supply while a replacement framework procurement is conducted, avoiding service disruption to approximately 200 Participating Authorities."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Level of Service",
"numbers": [
{
"number": 67,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 18,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Level of Service",
"numbers": [
{
"number": 67,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 18,
"weight": "percentageExact"
}
]
}
]
}
},
{
"id": "2",
"title": "Flexible Procurement and Supply of Natural Gas, Daily Metered (DM) and Non-Daily Metered (NDM) with Additional Services",
"description": "This lot covers the flexible procurement and supply of natural gas to Daily Metered (DM) and Non-Daily Metered (NDM) sites across approximately 200 public sector Participating Authorities. Scope of supply: Natural gas procurement and supply including wholesale market access, flexible trading strategies, and portfolio management services for both Managed Service and Procurement Only Service Option (POSO) arrangements. Indicative volumes: Approximately 4.2 TWh annually across circa 17,000 supply points, serving schools, universities, police and fire stations, civic centres, housing portfolios, health trusts, and leisure centres. Volumes are indicative only and not guaranteed. Metering and data services: Provision or accommodation of meter reading services and AMR (Automatic Meter Reading) for profile classes, working with both supplier-appointed and Participating Authority-nominated agents. Additional services may include: Gas Purchase Agreements (GPAs) - for renewable gas sources Sleeved gas transactions from third-party sources Biomethane Certificates (BMCs) and Green Gas certification Hydrogen mix certificate schemes (anticipating future grid injection) Support for net zero decarbonisation goals Flexible billing arrangements compatible with the Contracting Authority's systems Load shaping and imbalance management",
"status": "active",
"value": {
"amountGross": 2500000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2026-10-01T00:00:00+01:00",
"endDate": "2032-09-30T23:59:59+01:00",
"maxExtentDate": "2033-09-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The framework may be extended for up to one additional year beyond the initial 6-year term, at the Contracting Authority's sole discretion, subject to: Satisfactory supplier performance throughout the initial framework period Continued value for money and market competitiveness Compliance with the Procurement Act 2023 extension provisions Agreement with framework suppliers on extension terms Any extension will be confirmed in writing to suppliers with at least 6 months' notice before the initial framework expiry date (30/09/2032). Extension decisions will consider market conditions, regulatory changes, and the strategic requirements of the Contracting Authority and Participating Authorities at that time. The extension mechanism enables continuity of supply while a replacement framework procurement is conducted, avoiding service disruption to approximately 200 Participating Authorities."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Level of Service",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Level of Service",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
}
]
}
},
{
"id": "3",
"title": "Supply of Innovation Solutions relating to renewable energy and flexibility services",
"description": "This lot establishes a panel of specialist providers offering innovative services that support renewable energy generation and electricity flexibility for public sector organisations. Services may be provided alongside or independently of electricity supply contracts under Lot 1. The electricity market is undergoing significant transformation. This lot enables access to evolving flexibility and renewable energy solutions, with suppliers expected to develop their offerings throughout the framework term as market opportunities emerge. Services include: Flexibility Market Facilitators: Advising and/or facilitating public sector electricity assets to provide grid services including network flexibility auctions, Capacity Market participation, battery operation, Virtual Lead Party services (P415), wholesale market arbitrage, demand/generation control, Virtual Power Plant platforms, and asset aggregation. Power Purchase Agreements: Licensed suppliers offering PPAs for generators with fixed price, flexible sale, index-linked (e.g. N2EX), or system price options. Wholesale Energy Trading Alternatives: Solutions optimising locality and temporal matching of generation/demand, local energy markets, prosumer portfolio management, Complex Site Classes (P441), supply exemptions (P442), granular REGO matching, and financial hedging instruments. Dynamic Electricity Tariffs: Licensed suppliers offering tariffs utilizing wholesale market, network pricing, or settlement signals to incentivize demand adjustment, load shifting, EV charging optimization, and behind-the-meter battery control. Intermediary PPA Providers: Licensed suppliers acting as single offtaker for multiple renewable generators, packaging intermittent output into tradable blocks for on-supply to multiple end-user suppliers. Balancing Services: Independent providers offering chargeable shaping and balancing services across import/export portfolios, settling with licensed suppliers or via the Contracting Authority. Call-offs will be made via direct award or mini-competition based on Participating Authority requirements. Estimated project values vary from advisory services to substantial commercial arrangements. Please note that the estimated value of this Lot is an indicative estimate only. Lot 3 is a call-off framework for project-based innovation services where demand is uncertain and will be driven by individual Participating Authority net zero programmes and market opportunities.",
"status": "active",
"value": {
"amountGross": 500000000,
"currency": "GBP"
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-10-01T00:00:00+01:00",
"endDate": "2032-09-30T23:59:59+01:00",
"maxExtentDate": "2033-09-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The framework may be extended for up to one additional year beyond the initial 6-year term (to 30/09/2033), at the Contracting Authority's sole discretion. Extension decisions for Lot 3 will consider: Market maturity and evolution of flexibility/renewable energy services Supplier performance in delivering innovation solutions Continued availability of competitive and innovative offerings Value for money compared to re-procurement Regulatory and market developments (e.g., REMA implementation, local flexibility market evolution) Project pipeline and ongoing Participating Authority requirements Given the transformational nature of the electricity market during the framework term, the extension option provides continuity for multi-year projects while avoiding disruption to Participating Authorities' decarbonisation programmes. Extension decisions will be confirmed in writing to framework suppliers with at least 6 months' notice before the initial framework expiry date (30/09/2032). The Contracting Authority may extend some or all services within Lot 3 based on market assessment at that time."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Level of Service",
"numbers": [
{
"number": 85,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Level of Service",
"numbers": [
{
"number": 85,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
}
]
}
}
],
"communication": {
"futureNoticeDate": "2026-01-20T23:59:59+00:00"
},
"enquiryPeriod": {
"endDate": "2026-02-27T14:00:00+00:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "008262-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/008262-2026",
"datePublished": "2026-01-29T19:05:04Z",
"format": "text/html"
},
{
"id": "013711-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/013711-2026",
"datePublished": "2026-02-16T10:05:06Z",
"format": "text/html"
}
],
"amendments": [
{
"id": "013711-2026",
"description": "The Estimated Value of this Framework and the Individual Lots have been increased to account for potential increases in volume and energy costs."
}
]
},
"language": "en"
}