800000000.00

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F14: Notice for changes or additional information

Notice identifier: 2025/S 000-033275

Procurement identifier (OCID): ocds-h6vhtk-030509 (view related notices)

Published 18 June 2025, 1:19pm



Section one: Contracting authority/entity

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

The Capital Building, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

800000000.00

two.1.2) Main CPV code

  • 71314000 - Energy and related services

two.1.3) Type of contract

Services

two.1.4) Short description

This Demand Management and Renewables Framework Alliance Contract is complemented by a suite of other CCS commercial agreements for related supplies and services (e.g. estate professional services, project management and design services, facilities management, utilities and fuels, furniture etc.). This will collectively enable Additional Clients to effectively manage the full life cycle requirements of their built asset and associated strategies on the basis of whole life value considerations.

The Supplier Alliance Member may be required to consult and/or work with suppliers appointed to other CCS agreements. This will be further detailed in the specific Project Contract, to enable decisions to be informed on the basis of whole life value and to enable the coordination of full (or part) life-cycle requirements.

The scope of works and services required and the procurement route will be specified at the Project Contract stage.


Section six. Complementary information

six.6) Original notice reference

Notice number: 2022/S 000-033826


Section seven. Changes

seven.1.2) Text to be corrected in the original notice

Section number

VI.3

Instead of
Text

As part of this contract notice the following documents can be accessed at: [insert contracts finder link]

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at:

https://www.gov.uk/government/publications/government-security-classifications

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulation (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework

and any Call-off Contracts to reflect that buyer’s specific needs.

CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last

position.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

Use the following link for information on how register and use the eSourcing tool:

https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help desk operated by email at

eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

Read
Text

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/b252bdb5-b36c-4b7a-8f2f-cc71568d58e5

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at:

https://www.gov.uk/government/publications/government-security-classifications

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulation (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework

and any Call-off Contracts to reflect that buyer’s specific needs.

CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last

position.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

Use the following link for information on how register and use the eSourcing tool:

https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help desk operated by email at

eEnablement@crowncommercial.gov.uk or call 0345 410 2222.