Buyer Name: Kent County Council (t/a Laser)
Buyer Address: 1 Abbey Wood Road, West Malling, UKJ46, ME19 4YT, United Kingdom
Contact Email: csgprocurement@csltd.org.uk
Contact Telephone: +448081685808
Buyer Name: Kent County Council (t/a Laser)
Buyer Address: 1 Abbey Wood Road, West Malling, UKJ46, ME19 4YT, United Kingdom
Contact Email: csgprocurement@csltd.org.uk
Contact Telephone: +448081685808
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
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/013711-2026
Link Description: Tender notice on Find a Tender
Lot Title: Flexible Procurement and Supply of Electricity with Additional Services
Lot 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
Lot 1 Status: active
Lot 1 Value (Gross): GBP 7,000,000,000.00
Lot 1 Contract Start: 2026-10-01T00:00:00+01:00
Lot 1 Contract End: 2032-09-30T23:59:59+01:00
Lot 1 Award Criterion (quality): Level of Service (67%)
Lot 1 Award Criterion (quality): Social Value (15%)
Lot 1 Award Criterion (price): Price (18%)
Lot Title: Flexible Procurement and Supply of Natural Gas, Daily Metered (DM) and Non-Daily Metered (NDM) with Additional Services
Lot 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
Lot 2 Status: active
Lot 2 Value (Gross): GBP 2,500,000,000.00
Lot 2 Contract Start: 2026-10-01T00:00:00+01:00
Lot 2 Contract End: 2032-09-30T23:59:59+01:00
Lot 2 Award Criterion (quality): Level of Service (70%)
Lot 2 Award Criterion (quality): Social Value (15%)
Lot 2 Award Criterion (price): Price (15%)
Lot Title: Supply of Innovation Solutions relating to renewable energy and flexibility services
Lot 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.
Lot 3 Status: active
Lot 3 Value (Gross): GBP 500,000,000.00
Lot 3 Contract Start: 2026-10-01T00:00:00+01:00
Lot 3 Contract End: 2032-09-30T23:59:59+01:00
Lot 3 SME Suitable: Yes
Lot 3 Award Criterion (quality): Level of Service (85%)
Lot 3 Award Criterion (quality): Social Value (15%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PYCX-4938-CCHM",
"name": "Kent County Council (t/a Laser)"
},
"date": "2026-02-16T10:05:06Z",
"id": "013711-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-05d93e",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "West Malling",
"postalCode": "ME19 4YT",
"region": "UKJ46",
"streetAddress": "1 Abbey Wood Road"
},
"contactPoint": {
"email": "csgprocurement@csltd.org.uk",
"telephone": "+448081685808"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
]
},
"id": "GB-PPON-PYCX-4938-CCHM",
"identifier": {
"id": "PYCX-4938-CCHM",
"scheme": "GB-PPON"
},
"name": "Kent County Council (t/a Laser)",
"roles": [
"buyer"
]
}
],
"tag": [
"tenderUpdate"
],
"tender": {
"aboveThreshold": true,
"amendments": [
{
"description": "The Estimated Value of this Framework and the Individual Lots have been increased to account for potential increases in volume and energy costs.",
"id": "013711-2026"
}
],
"awardPeriod": {
"endDate": "2026-06-26T23:59:59+01:00"
},
"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.\nFollowing 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.\nLot 1: Flexible Procurement and Supply of Electricity with Additional Services (covering Metered and Unmetered Electricity)\nLot 2: Flexible Procurement and Supply of Natural Gas with Additional Services\nLot 3: Supply of Innovation Solutions relating to renewable energy and flexibility services\nThe 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:\nMetering and data services (Meter Operations, Data Collection \u0026 Aggregation, AMR provision)\nNet zero and renewable energy solutions (including PPAs, REGO-backed supply, demand-side response)\nVirtual PPA facilitation and access to intraday electricity markets\nSmall generation opportunities (Smart Export Guarantee, Feed-in Tariff)\nInnovation solutions for renewable energy and flexibility services\nThe framework will provide Participating Authorities with access to competitive, flexible energy procurement that supports their net zero commitments and delivers best value.\nFramework 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. \nCall-off procedures: Participating Authorities may award call-off contracts through either:\nAward Without Competition to the Primary Supplier (highest-scoring supplier per lot), who will be given first consideration for call-off contracts; or \nAward 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 \nFurther-competition among all framework suppliers capable of meeting the specific requirements.\nPricing determination: Prices for call-off contracts will be determined through the suppliers\u0027 framework pricing submissions and the specific requirements of the Participating Authority (for direct awards) or through competitive tendering in mini-competitions. \nSupplier 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\u0027s needs can only be served by an alternative supplier. Secondary suppliers provide essential resilience and optionality throughout the framework term.\nThe 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.\nThere 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.\nTo view this notice, please click here: \nhttps://csg.delta-esourcing.com/delta/viewNotice.html?noticeId=1014369495",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2026-02-16T10:05:06Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "013711-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/013711-2026"
}
],
"enquiryPeriod": {
"endDate": "2026-02-27T14:00:00+00:00"
},
"id": "Y26004",
"items": [
{
"additionalClassifications": [
{
"description": "Petroleum products, fuel, electricity and other sources of energy",
"id": "09000000",
"scheme": "CPV"
},
{
"description": "Electricity",
"id": "09310000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
}
],
"id": "1",
"relatedLot": "1"
},
{
"additionalClassifications": [
{
"description": "Petroleum products, fuel, electricity and other sources of energy",
"id": "09000000",
"scheme": "CPV"
},
{
"description": "Fuels",
"id": "09100000",
"scheme": "CPV"
},
{
"description": "Natural gas",
"id": "09123000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
}
],
"id": "2",
"relatedLot": "2"
},
{
"additionalClassifications": [
{
"description": "Petroleum products, fuel, electricity and other sources of energy",
"id": "09000000",
"scheme": "CPV"
},
{
"description": "Electricity",
"id": "09310000",
"scheme": "CPV"
},
{
"description": "Energy and related services",
"id": "71314000",
"scheme": "CPV"
},
{
"description": "Electrical services",
"id": "71314100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
}
],
"id": "3",
"relatedLot": "3"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"name": "Level of Service",
"numbers": [
{
"number": 67,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Social Value",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Price",
"numbers": [
{
"number": 18,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2032-09-30T23:59:59+01:00",
"maxExtentDate": "2033-09-30T23:59:59+01:00",
"startDate": "2026-10-01T00:00:00+01:00"
},
"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.\nScope 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.\nIndicative 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.\nMetering 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.\nAdditional services may include:\nPower Purchase Agreements (PPAs) - physical, virtual, and sleeved arrangements\nREGO-backed supply and renewable energy procurement\nDemand-side response services\nAccess to intraday electricity markets (e.g., N2EX)\nSmall generation opportunities (Smart Export Guarantee, Feed-in Tariff)\nNet zero and decarbonisation solutions\nFlexible billing arrangements compatible with the Contracting Authority\u0027s systems",
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "The framework may be extended for up to one additional year beyond the initial 6-year term, at the Contracting Authority\u0027s sole discretion, subject to:\nSatisfactory supplier performance throughout the initial framework period\nContinued value for money and market competitiveness\nCompliance with the Procurement Act 2023 extension provisions\nAgreement with framework suppliers on extension terms\nAny extension will be confirmed in writing to suppliers with at least 6 months\u0027 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.\nThe extension mechanism enables continuity of supply while a replacement framework procurement is conducted, avoiding service disruption to approximately 200 Participating Authorities."
},
"status": "active",
"title": "Flexible Procurement and Supply of Electricity with Additional Services",
"value": {
"amountGross": 7000000000.0,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"name": "Level of Service",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Social Value",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Price",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2032-09-30T23:59:59+01:00",
"maxExtentDate": "2033-09-30T23:59:59+01:00",
"startDate": "2026-10-01T00:00:00+01:00"
},
"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.\nScope 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.\nIndicative 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.\nMetering 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.\nAdditional services may include:\nGas Purchase Agreements (GPAs) - for renewable gas sources\nSleeved gas transactions from third-party sources\nBiomethane Certificates (BMCs) and Green Gas certification\nHydrogen mix certificate schemes (anticipating future grid injection)\nSupport for net zero decarbonisation goals\nFlexible billing arrangements compatible with the Contracting Authority\u0027s systems\nLoad shaping and imbalance management",
"hasRenewal": true,
"id": "2",
"renewal": {
"description": "The framework may be extended for up to one additional year beyond the initial 6-year term, at the Contracting Authority\u0027s sole discretion, subject to:\nSatisfactory supplier performance throughout the initial framework period\nContinued value for money and market competitiveness\nCompliance with the Procurement Act 2023 extension provisions\nAgreement with framework suppliers on extension terms\nAny extension will be confirmed in writing to suppliers with at least 6 months\u0027 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.\nThe extension mechanism enables continuity of supply while a replacement framework procurement is conducted, avoiding service disruption to approximately 200 Participating Authorities."
},
"status": "active",
"title": "Flexible Procurement and Supply of Natural Gas, Daily Metered (DM) and Non-Daily Metered (NDM) with Additional Services",
"value": {
"amountGross": 2500000000.0,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"name": "Level of Service",
"numbers": [
{
"number": 85,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Social Value",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2032-09-30T23:59:59+01:00",
"maxExtentDate": "2033-09-30T23:59:59+01:00",
"startDate": "2026-10-01T00:00:00+01:00"
},
"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.\nThe 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.\nServices include:\nFlexibility 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.\nPower Purchase Agreements: Licensed suppliers offering PPAs for generators with fixed price, flexible sale, index-linked (e.g. N2EX), or system price options.\nWholesale 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.\nDynamic 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.\nIntermediary 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.\nBalancing Services: Independent providers offering chargeable shaping and balancing services across import/export portfolios, settling with licensed suppliers or via the Contracting Authority.\nCall-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.\nPlease 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.",
"hasRenewal": true,
"id": "3",
"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\u0027s sole discretion.\nExtension decisions for Lot 3 will consider:\nMarket maturity and evolution of flexibility/renewable energy services\nSupplier performance in delivering innovation solutions\nContinued availability of competitive and innovative offerings\nValue for money compared to re-procurement\nRegulatory and market developments (e.g., REMA implementation, local flexibility market evolution)\nProject pipeline and ongoing Participating Authority requirements\nGiven 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\u0027 decarbonisation programmes.\nExtension decisions will be confirmed in writing to framework suppliers with at least 6 months\u0027 notice before the initial framework expiry date (30/09/2032). \nThe Contracting Authority may extend some or all services within Lot 3 based on market assessment at that time."
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Supply of Innovation Solutions relating to renewable energy and flexibility services",
"value": {
"amountGross": 500000000.0,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "goods",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"status": "active",
"submissionMethodDetails": "https://csg.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=1006674955",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"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.\nCall-off procedures: Participating Authorities may award call-off contracts through either:\nDirect award to the Primary Supplier (highest-scoring supplier per lot), who will be given first consideration for call-off contracts; or\nDirect 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\nMini-competition among all framework suppliers capable of meeting the specific requirements (Lot 3 only).\nPricing determination: Prices for call-off contracts will be determined through the suppliers\u0027 framework pricing submissions and the specific requirements of the Participating Authority (for direct awards) or through competitive tendering in mini-competitions. \nSupplier 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\u0027s needs can be better served by an alternative supplier. Secondary suppliers provide essential resilience and optionality throughout the framework term.\nThe 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.\nThere 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.",
"method": "withAndWithoutReopeningCompetition",
"type": "closed"
},
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2026-03-27T14:00:00+00:00"
},
"title": "28-32 Flexible Procurement and Supply of Gas and/or Electricity",
"value": {
"amountGross": 10000000000.0,
"currency": "GBP"
}
}
}