Award

Operator Console

NATIONAL ENERGY SYSTEM OPERATOR LIMITED

This public procurement record has 1 release in its history.

Award

24 Feb 2026 at 12:41

Summary of the contracting process

The procurement process involves the National Energy System Operator Limited, a public body based in Wokingham, UK, engaging in the design, implementation, and support of an Operator Console solution. The tender, classified under IT services, was completed in the award stage on 24th February 2026, with the contract signed on 18th February 2025. This procurement, focused on deploying the solution across three sites, was conducted through a Further Competition under the Crown Commercial Service RM6098 Dynamic Purchasing System. The tender did not require prior publication due to its structure under the DPS regulations, and the awarded supplier is PROAV LIMITED. The overall procurement value amounts to £2,540,036.79.

This tender presents significant opportunities for businesses specialising in IT services, particularly those with capabilities in software development, networking, and system implementation. Firms capable of providing resilient connectivity and user-specific console layouts would be well-suited for this contract. The long-term support service requirement, extending over eight years, points to substantial business growth potential, particularly for medium to large enterprises with a robust operational support infrastructure. The tender emphasises quality over cost, with award criteria heavily weighted towards quality at 75%, making it ideal for businesses that can deliver high-standard technological solutions. The project provides a pathway for establishing a strong client relationship with the National Energy System Operator Limited, a key player in utilities within the UK.

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

Notice Title

Operator Console

Notice Description

Design, Implementation and Support of the Operator Console solution as per the below: * Provision of a detailed solution design including the following components: * Operator Console desktop * 'Single pane of glass' display across monitors plus a touchscreen & stylus-enabled display sitting at the tabletop level * Seamless interaction and interoperability across a wide range of applications and networks within the 'single pane of glass' concept * No physical KVM or manual display-switching; the solution must be compatible with a single keyboard/mouse * Configurable role-based and user-based personalization of display layouts * Retention of existing physical telephony with capability to migrate to soft client, with the necessary headset connection at each console * Network connectivity as required within console, between consoles and from consoles to comms-room sources. * Design patterns to support extensibility of the solution onto additional desks or to additional control rooms at a future date * Implementation of Operator Console solution: * Deployment of desktop infrastructure (e.g. keyboard, mouse, displays, controllers, networking) onto existing ENCC physical desktops. * Deployment of end-user compute and associated hardware. This may be deployed under the control room desks or racked in a comms room environment, and we would like to explore both options as part of this RFP. * Deployment of highly-resilient connectivity between consoles and compute infrastructure (utilising existing networking suppliers). Strictly Confidential 4 * Implementation of the console across 3 sites: Control Room 1, Control Room 2 and the Control Training Unit. Please note that Control Room 1 and the Control Training Unit are at the same physical site, but different building areas, and Control Room 2 is at a separate physical site. * Early Life Support (ELS) period during the first 12 weeks following the project golive OR until agreed exit criteria are satisfied * Support of Operator Console solution * Provision of second-line support, on an 8-year time horizon as per the Agreement stated below. * 24-hour operational support including on-site response where required

Lot Information

Lot 1

Design, Implementation and Support of the Operator Console solution as per the below: * Provision of a detailed solution design including the following components: * Operator Console desktop * 'Single pane of glass' display across monitors plus a touchscreen & stylus-enabled display sitting at the tabletop level * Seamless interaction and interoperability across a wide range of applications and networks within the 'single pane of glass' concept * No physical KVM or manual display-switching; the solution must be compatible with a single keyboard/mouse * Configurable role-based and user-based personalization of display layouts * Retention of existing physical telephony with capability to migrate to soft client, with the necessary headset connection at each console * Network connectivity as required within console, between consoles and from consoles to comms-room sources. * Design patterns to support extensibility of the solution onto additional desks or to additional control rooms at a future date * Implementation of Operator Console solution: * Deployment of desktop infrastructure (e.g. keyboard, mouse, displays, controllers, networking) onto existing ENCC physical desktops. * Deployment of end-user compute and associated hardware. This may be deployed under the control room desks or racked in a comms room environment, and we would like to explore both options as part of this RFP. * Deployment of highly-resilient connectivity between consoles and compute infrastructure (utilising existing networking suppliers). Strictly Confidential 4 * Implementation of the console across 3 sites: Control Room 1, Control Room 2 and the Control Training Unit. Please note that Control Room 1 and the Control Training Unit are at the same physical site, but different building areas, and Control Room 2 is at a separate physical site. * Early Life Support (ELS) period during the first 12 weeks following the project go live OR until agreed exit criteria are satisfied * Support of Operator Console solution * Provision of second-line support, on an 8-year time horizon as per the Agreement stated below. * 24-hour operational support including on-site response where required

Procurement Information

This contract was awarded following a Further Competition conducted under the Crown Commercial Service RM6098 Dynamic Purchasing System (DPS). Under Regulation 34 of the Public Contracts Regulations 2015, Dynamic Purchasing Systems are fully compliant procurement procedures, and all required advertising was completed when the DPS was originally established. Individual call-offs under a DPS do not require a separate contract notice in Find a Tender or the OJEU prior to award. Therefore, the award of this contract without a prior publication of a call-for-competition notice is lawful and compliant

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-065afa
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/016455-2026
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£2,540,036 £1M-£10M

Notice Dates

Publication Date
24 Feb 20262 weeks ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
18 Feb 20251 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

Contracting Authority (Buyer)

Main Buyer
NATIONAL ENERGY SYSTEM OPERATOR LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
WOKINGHAM
Postcode
RG41 5BN
Post Town
Reading
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ16 Berkshire West
Delivery Location
Not specified

Local Authority
Wokingham
Electoral Ward
Winnersh
Westminster Constituency
Wokingham

Supplier Information

Number of Suppliers
1
Supplier Name

PROAV

Further Information

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-065afa-2026-02-24T12:41:03Z",
    "date": "2026-02-24T12:41:03Z",
    "ocid": "ocds-h6vhtk-065afa",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-065afa",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Operator Console",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "Design, Implementation and Support of the Operator Console solution as per the below: * Provision of a detailed solution design including the following components: * Operator Console desktop * 'Single pane of glass' display across monitors plus a touchscreen & stylus-enabled display sitting at the tabletop level * Seamless interaction and interoperability across a wide range of applications and networks within the 'single pane of glass' concept * No physical KVM or manual display-switching; the solution must be compatible with a single keyboard/mouse * Configurable role-based and user-based personalization of display layouts * Retention of existing physical telephony with capability to migrate to soft client, with the necessary headset connection at each console * Network connectivity as required within console, between consoles and from consoles to comms-room sources. * Design patterns to support extensibility of the solution onto additional desks or to additional control rooms at a future date * Implementation of Operator Console solution: * Deployment of desktop infrastructure (e.g. keyboard, mouse, displays, controllers, networking) onto existing ENCC physical desktops. * Deployment of end-user compute and associated hardware. This may be deployed under the control room desks or racked in a comms room environment, and we would like to explore both options as part of this RFP. * Deployment of highly-resilient connectivity between consoles and compute infrastructure (utilising existing networking suppliers). Strictly Confidential 4 * Implementation of the console across 3 sites: Control Room 1, Control Room 2 and the Control Training Unit. Please note that Control Room 1 and the Control Training Unit are at the same physical site, but different building areas, and Control Room 2 is at a separate physical site. * Early Life Support (ELS) period during the first 12 weeks following the project golive OR until agreed exit criteria are satisfied * Support of Operator Console solution * Provision of second-line support, on an 8-year time horizon as per the Agreement stated below. * 24-hour operational support including on-site response where required",
        "lots": [
            {
                "id": "1",
                "description": "Design, Implementation and Support of the Operator Console solution as per the below: * Provision of a detailed solution design including the following components: * Operator Console desktop * 'Single pane of glass' display across monitors plus a touchscreen & stylus-enabled display sitting at the tabletop level * Seamless interaction and interoperability across a wide range of applications and networks within the 'single pane of glass' concept * No physical KVM or manual display-switching; the solution must be compatible with a single keyboard/mouse * Configurable role-based and user-based personalization of display layouts * Retention of existing physical telephony with capability to migrate to soft client, with the necessary headset connection at each console * Network connectivity as required within console, between consoles and from consoles to comms-room sources. * Design patterns to support extensibility of the solution onto additional desks or to additional control rooms at a future date * Implementation of Operator Console solution: * Deployment of desktop infrastructure (e.g. keyboard, mouse, displays, controllers, networking) onto existing ENCC physical desktops. * Deployment of end-user compute and associated hardware. This may be deployed under the control room desks or racked in a comms room environment, and we would like to explore both options as part of this RFP. * Deployment of highly-resilient connectivity between consoles and compute infrastructure (utilising existing networking suppliers). Strictly Confidential 4 * Implementation of the console across 3 sites: Control Room 1, Control Room 2 and the Control Training Unit. Please note that Control Room 1 and the Control Training Unit are at the same physical site, but different building areas, and Control Room 2 is at a separate physical site. * Early Life Support (ELS) period during the first 12 weeks following the project go live OR until agreed exit criteria are satisfied * Support of Operator Console solution * Provision of second-line support, on an 8-year time horizon as per the Agreement stated below. * 24-hour operational support including on-site response where required",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "75%"
                        },
                        {
                            "name": "Cost",
                            "type": "cost",
                            "description": "25%"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "procurementMethodRationaleClassifications": [
            {
                "id": "D_OUTSIDE_SCOPE",
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "This contract was awarded following a Further Competition conducted under the Crown Commercial Service RM6098 Dynamic Purchasing System (DPS). Under Regulation 34 of the Public Contracts Regulations 2015, Dynamic Purchasing Systems are fully compliant procurement procedures, and all required advertising was completed when the DPS was originally established. Individual call-offs under a DPS do not require a separate contract notice in Find a Tender or the OJEU prior to award. Therefore, the award of this contract without a prior publication of a call-for-competition notice is lawful and compliant"
    },
    "awards": [
        {
            "id": "016455-2026-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-02681563",
                    "name": "PROAV LIMITED"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-COH-11014226",
            "name": "NATIONAL ENERGY SYSTEM OPERATOR LIMITED",
            "identifier": {
                "legalName": "NATIONAL ENERGY SYSTEM OPERATOR LIMITED",
                "id": "11014226",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "St Catherine's Lodge Bearwood Road",
                "locality": "Wokingham",
                "region": "UKJ11",
                "postalCode": "RG415BN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Lauren Borg Olivier",
                "email": "lauren.olivier@neso.energy"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.neso.energy/",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Utilities"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-02681563",
            "name": "PROAV LIMITED",
            "identifier": {
                "legalName": "PROAV LIMITED",
                "id": "02681563",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Surrey",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-6466",
            "name": "The Cabinet Office",
            "identifier": {
                "legalName": "The Cabinet Office"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-COH-11014226",
        "name": "NATIONAL ENERGY SYSTEM OPERATOR LIMITED"
    },
    "contracts": [
        {
            "id": "016455-2026-1",
            "awardID": "016455-2026-1",
            "status": "active",
            "value": {
                "amount": 2540036.79,
                "currency": "GBP"
            },
            "dateSigned": "2025-02-18T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            }
        ]
    },
    "language": "en"
}