28-32 Flexible Procurement and Supply of Gas and/or Electricity

Open

Buyers

Value

£0

Classifications

  • Petroleum products, fuel, electricity and other sources of energy
  • Electricity
  • Fuels
  • Natural gas
  • Energy and related services
  • Electrical services

Tags

  • planning

Submission Deadline

4 months from now

Published

6 hours ago

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:
Lot 1: Flexible Procurement and Supply of Electricity with Additional Services (covering HH, NHH, Metered and Unmetered Electricity)
Lot 2: Flexible Procurement and Supply of Natural Gas, Daily Metered (DM) and Non-Daily Metered (NDM) 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 Offering (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. Awards will be made to a maximum of three suppliers on Lot 1 and Lot 2 respectively, and all suppliers on Lot 3 who meeti the minimum requirements of the tender.Suppliers will be ranked as either Primary or Secondary suppliers based on their evaluation scores, 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=989269017

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Electric Vehicle Charging Point installation, operation and maintenance

Lewisham Council and Royal Borough of Greenwich (the "Partnership") invite you to submit a tender for electric vehicle charging point installation, operation and maintenance. The Partnership has made a joint application and has been awarded £2,981,000 million through the LEVI scheme. The LEVI programme aims to increase the provision of Electric Vehicle charging infrastructure across the boroughs through the installation of EV infrastructure. The Services will comprise of installation, operation and maintenance of electric vehicle charge points (EVCPs). The main objective of this project is to install, operate and maintain new charge points across both of the Partnership's boroughs that will primarily benefit residents without off-street parking. There are three (3) Lots for this tender which cover different areas within the Partnership. The same specification is applicable to all three (3) Lots. The three (3) Lots are split geographically. Suppliers may submit responses for one, two, or all three Lots. Full details of the requirement and context of the procurement can be found in the Service Specification. The Contracts will be between the successful Suppliers and the Partnership for the period of fifteen (15) years with the possibility of extensions totalling up to an additional one (1) year for a total maximum duration of sixteen (16) years. The decision to extend the term shall be at the sole discretion of the Partnership. The Partnership will award Concession Contracts to a minimum of two (2) Suppliers and a maximum of three (3) Suppliers for this procurement exercise. To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on 26th January 2026. Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. Any questions relating to this procurement must be made via messaging function on the Portal, in accordance with the procurement documents. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. To access this opportunity please visit https://www.londontenders.org/

Katy Reed

Published 2 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline planned

Publish
Bid
Evaluate
Award
Complete