Section one: Contracting authority/entity
one.1) Name and addresses
DESNZ & DSIT Group Commercial
3-8 Whitehall Place
London
SW1A 2EG
hthcommercial@energysecurity.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-energy-security-and-net-zero
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Demand Management & Renewables DPS - Technical Assistance Facility 2
Reference number
2024/S 000-004704
two.1.2) Main CPV code
- 71314000 - Energy and related services
two.1.3) Type of contract
Services
two.2) Description
two.2.2) Additional CPV code(s)
- 75100000 - Administration services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement at the time of conclusion of the contract:
Original scope of the TAF 2 contract:
TAF 2 supports grant recipients in their applications to Warm Homes Social Housing Fund (WH:SHF) and Warm Homes Local Grant (WH:LG), to ensure the successful delivery of these schemes by providing a pipeline of high-quality applications that also deliver value for money. TAF 2 supports all aspects of the energy retrofit process and also aims to build capacity in the market to deliver domestic retrofit. A key aim of TAF 2 is to get grant recipients to a 'self-starter' position, being able to deliver retrofit schemes regularly and successfully with an increased focus on building and leveraging established networks.
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
End date
2 June 2025
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2024/S 000-004704
Section five. Award of contract/concession
Contract No
con_5585
Title
Demand Management & Renewables DPS - Technical Assistance Facility 2
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
2 June 2025
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Turner and Townsend Consulting Ltd
Low Hall, Calverly Lane, Horsforth
Leeds
LS18 4GH
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £26,600,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Department for Energy Security and Net Zero
3-8 Whitehall Place
London
SW1A 2EG
hthcommercial@energysecurity.gov.uk
Country
United Kingdom
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 71314000 - Energy and related services
seven.1.2) Additional CPV code(s)
- 75100000 - Administration services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
seven.1.3) Place of performance
NUTS code
- UK - United Kingdom
seven.1.4) Description of the procurement:
The current scope of the TAF 2 contract, providing pre-delivery support to GRs of the WH:SHF and WH:LG schemes will continue, with the inclusion of the Interim Delivery Model (IDM) to provide temporary in-delivery support to Grant Recipients (GRs), introduction of the Learning Communities into the TAF 2 contract for the remainder of the contract term, and an update to the wording of the existing TAF 2 KPIs and SLAs.
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
End date
2 June 2025
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£12,100,000
seven.1.7) Name and address of the contractor/concessionaire
Turner and Townsend Consulting Ltd
Low Hall, Calverly Lane, Horsforth
Leeds
LS18 4GH
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
This Modification Notice gives notification of a variation to the TAF 2 contract, which supports the delivery of the Warm Homes Social Housing Fund (WH:SHF) and Warm Homes Local Grant (WH:LG) energy retrofit schemes. The supplier for this contract is Turner and Townsend Ltd (T&T).
This variation has been made to:
• Enable T&T to provide Interim Delivery Model (IDM) services, addressing a gap in delivery support for Grant Recipients (GRs) of the WH:SHF and WH:LG schemes, due to unforeseen delays in procuring the wider Delivery Partner 2 (DP2). This support will be required up until the DP2 supplier is mobilised (TBC – indicative date of early 2026).
• Include 'Learning Communities' to provide GRs of WH:SHF and WH:LG with a network of support to overcome retrofit challenges and expedite solutions by accessing learned experience from peers.
• Update the wording of the TAF 2 KPIs and SLAs to reflect the current workstream structure.
The Department published a Voluntary Transparency Notice (https://www.find-tender.service.gov.uk/Notice/017748-2025) to inform the market of its intention to vary this contract, and has completed observing a 30 day period between publication of this notice and contract variation award. Please see this notice for the justification of this contract variation under Regulation 72(1)(b) of PCR 2015
seven.2.2) Reasons for modification
Need for additional works, services or supplies by the original contractor/concessionaire.
Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:
The Authority holds the view that the contract may be modified without a new award procedure as it satisfies the requirements of Regulation 72(1)(b) of PCR 2015 for the reasons set out below:
If the TAF 2 contract is not varied to enable delivery of the IDM, there will be no in-delivery support to WH:SHF and WH:LG scheme grant recipients between the schemes’ launch (April 2025) and award/mobilisation of a future DP2 supplier (date TBC – indicative date early 2026).
In their capacity as the provider of TAF 2 requirements, T&T has built relationships with grant recipients preparing to receive funding from the WH:LG and WH:SHF schemes through the provision of one-to-one (e.g. masterclasses and roundtables) and one-to-many (e.g. 1-2-1 support) pre-delivery learning and support offerings.
Consequently, T&T are well placed to ensure a consistent level of support for grant recipients through the early stages of their projects by ensuring they have access to the technical expertise and resources required to resolve any challenges encountered.
TAF2 pre-delivery service packages share significant commonalities with IDM requirements, and can be pivoted with minimal disruption to in-delivery support; in preparing grant recipients to launch their funded projects, T&T has built a credible knowledge of the schemes, supporting policies and steps required to enable effective operational delivery to progress.
With the limited time available, The Authority could not define a viable route to market which would have provided similar service continuity and oversight of grant spending between the scheme launches and DP2 award, nor does it have the capacity and capability to deliver those services in-house.
Multiple contractor variations would have caused significant disruption to grant recipient user experience, occurring during handover from T&T in their capacity as TAF 2 provider to an IDM supplier, to the eventual DP2 supplier.
Finally, the value of the modification will not exceed 50% of the original contract value (£13.3 million of a contract value of £26.6 million).
In summary, T&T represents the most viable route for DESNZ to ensure:
1. Value for money;
2. Successful/compliant deployment of government grant funding;
3. Mitigation of fraud/error within schemes; and
4. Minimal disruption of services provided to Grant Recipients.
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £26,600,000
Total contract value after the modifications
Value excluding VAT: £38,700,000