Tender

Procurement Services Indirect & IT

  • NATIONAL ENERGY SYSTEM OPERATOR LIMITED

F05: Contract notice – utilities

Notice identifier: 2025/S 000-008107

Procurement identifier (OCID): ocds-h6vhtk-04d52d (view related notices)

Published 5 March 2025, 4:41pm



Section one: Contracting entity

one.1) Name and addresses

NATIONAL ENERGY SYSTEM OPERATOR LIMITED

St Catherine's Lodge

Wokingham

RG415BN

Contact

Tennille Madigan

Email

tennille.madigan@nationalenergyso.com

Telephone

+44 7795483583

Country

United Kingdom

Region code

UKK - South West (England)

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.neso.energy.com

Buyer's address

https://www.neso.energy.com

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.Ariba.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.ariba.com

one.6) Main activity

Electricity


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Procurement Services Indirect & IT

two.1.2) Main CPV code

  • 79418000 - Procurement consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

This Contract notice is a call for competition and is separate to any tender opportunity. Its purpose is to inform that NESO intend to contract with any current Supplier or a Capable Economic Operator that responded to the PIN notice issued 21/1/2025 and are able to provide comprehensive Procurement Service's covering both Indirect and IT categories

NESO National Energy System Operator for Great Britain main function is making sure that Great Britain has the essential energy it needs by ensuring supply meets demand every second of every day. The support functions specifically procurement help NESO achieve their key objectives to Britain.

Scope of Work - Indirect & IT Categories.

The preferred Supplier will be UK based with a wealth of onshore experience in the Public Sector Space. They will provide procurement operations, category support and sourcing capability services. This project aims to enhance our procurement processes for indirect and IT procurement categories, ensuring efficiency, cost-effectiveness, and compliance.

They will lead sourcing activities end-to-end for new contracts and frameworks across various indirect categories such as HR, Benefits, Rewards, General Management Consulting, Technical Management Consulting, Learning and Development, Professional Services, and IT (Hardware, Software, Infrastructure, Platforms, Networks, etc).

The supplier must bring public sector procurement expertise and ensure compliance with the Utilities Contracts Regulations (UCR) and Public Contracts Regulations (PCR), including competence and capability to meet PA 2023 requirements.

All documents and submission responses are strictly via the Ariba system only. Please contact Tennille.madigan@nationalenergyso.com for any questions.

two.1.5) Estimated total value

Value excluding VAT: £4,800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79418000 - Procurement consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UK Wide - any NESO location

two.2.4) Description of the procurement

NESO National Energy System Operator for Great Britain main function is making sure that Great Britain has the essential energy it needs by ensuring supply meets demand every second of every day. The support functions specifically procurement help NESO achieve their key objectives to Britain.

Scope of Work - Indirect & IT Categories.

The preferred Supplier will be UK based with a wealth of onshore experience in the Public Sector Space. They will provide procurement operations, category support and sourcing capability services. This project aims to enhance our procurement processes for indirect and IT procurement categories, ensuring efficiency, cost-effectiveness, and compliance.

They will lead sourcing activities end-to-end for new contracts and frameworks across various indirect categories such as HR, Benefits, Rewards, General Management Consulting, Technical Management Consulting, Learning and Development, Professional Services, and IT (Hardware, Software, Infrastructure, Platforms, Networks, etc).

The supplier must bring public sector procurement expertise and ensure compliance with the Utilities Contracts Regulations (UCR) and Public Contracts Regulations (PCR), including competence and capability to meet PA 2023 requirements.

All documents and submission responses are strictly via the Ariba system only. Please contact Tennille.madigan@nationalenergyso.com for any questions.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £48,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Incremental extension options of up to 2 years subject to business case approval by the Authority.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 20

Objective criteria for choosing the limited number of candidates:

Suppliers that responded to the PIN notice

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The term of the agreement can be incrementally extended by up to a total of 2 years.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.14) Additional information

Via Ariba


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-002091

four.2.2) Time limit for receipt of tenders or requests to participate

Date

18 March 2025

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

26 March 2025

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

OFGEM

London

Country

United Kingdom