Contract

Energy Trading and Risk Management (ETRM) System

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

F03: Contract award notice

Notice identifier: 2025/S 000-062981

Procurement identifier (OCID): ocds-h6vhtk-04b58b (view related notices)

Published 7 October 2025, 3:50pm



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital Building, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 345410222

Country

United Kingdom

Region code

UKD72 - Liverpool

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.gov.uk/government/organisations/crown-commercial-service

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Energy Trading and Risk Management (ETRM) System

Reference number

RM6385

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Energy Trading and Risk Management system (ETRM) was used by Trading and Risk to manage the CCS energy portfolio for more than 1,200 customers across the Public Sector with a total spend of more than £1.5 billion per annum. The Energy Trading and Risk Management system (ETRM) was used to record trade and demand forecasts, calculate open positions and valuations based on market prices, and serves as Trading and Risk's 'single source of truth' for portfolio reporting and information. CCS was seeking to replace its current ETRM by sourcing a replacement, cloud based system. This was an off-the-shelf ready to deploy software procurement, rather than a software development project. The ETRM would support CCS's ability to provide its customers with risk managed products for power and gas.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £738,571

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Energy Trading and Risk Management system (ETRM) was used by Trading and Risk to manage the CCS energy portfolio for more than 1,200 customers across the Public Sector with a total spend of more than £1.5 billion per annum. The Energy Trading and Risk Management system (ETRM) was used to record trade and demand forecasts, calculate open positions and valuations based on market prices, and serves as Trading and Risk's 'single source of truth' for portfolio reporting and information. CCS was seeking to replace its current ETRM by sourcing a replacement, cloud based system. This was an off-the-shelf ready to deploy software procurement, rather than a software development project. The ETRM would support CCS's ability to provide its customers with risk managed products for power and gas.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-036454


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 October 2025

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 4

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £738,571

Total value of the contract/lot: £738,571


Section six. Complementary information

six.3) Additional information

The value provided in Section II.1.7 is only an estimate. We cannot

guarantee to suppliers any business through this Commercial Agreement.

As part of this contract award notice the following can be accessed at:

https://www.contractsfinder.service.gov.uk/Notice/933cfe5e-764b-4811-bb90-a23831b4e668

1) Redacted Commercial Agreement

2) List of Successful Suppliers

3) Approved Customer list

4) Transparency Agenda

On 02/04/2014, 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 were required to 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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Pursuant to termination detailed within the modification notice published on 24/09/2025, this contract is awarded to the supplier ranked second in RM6385 in replacement to ensure continuation of service.

The Contract will be established for 24 months with the option for us to extend for 3 12 month periods (2+1+1+1).

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom