Scope
Reference
Y26004
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
Commercial tool
Establishes a framework
Total value (estimated)
- £3,100,000,000 including VAT
 
Above the relevant threshold
Main procurement category
Goods
Contract locations
- UK - United Kingdom
 
Not the same for all lots
CPV classifications and contract dates are shown in Lot sections, because they are not the same for all lots.
Lot 1. Flexible Procurement and Supply of Electricity with Additional Services
Description
This lot covers the flexible procurement and supply of electricity to metered (Half Hourly and Non-Half Hourly) and unmetered supply sites across approximately 200 public sector Participating Authorities.
Scope of supply: Electricity procurement and supply including wholesale market access, flexible trading strategies, and portfolio management services for both Managed Service and Procurement Only Service Option (POSO) arrangements.
Indicative volumes: Approximately 2.4 TWh annually across circa 63,500 supply points, including schools, universities, police and fire stations, civic centres, housing portfolios, health trusts, and leisure centres. Volumes are indicative only and not guaranteed.
Metering and data services: Provision or accommodation of Meter Operation, Data Collection, and Data Aggregation services, working with both supplier-appointed and Participating Authority-nominated agents. Suppliers must support Market-wide Half-Hourly Settlement (MHHS) and future regulatory changes.
Additional services may include:
Power Purchase Agreements (PPAs) - physical, virtual, and sleeved arrangements
REGO-backed supply and renewable energy procurement
Demand-side response services
Access to intraday electricity markets (e.g., N2EX)
Small generation opportunities (Smart Export Guarantee, Feed-in Tariff)
Net zero and decarbonisation solutions
Flexible billing arrangements compatible with the Contracting Authority's systems
Lot value (estimated)
- £1,800,000,000 including VAT
 
Framework lot values may be shared with other lots
Contract dates (estimated)
- 1 October 2026 to 30 September 2032
 - Possible extension to 30 September 2033
 - 7 years
 
Description of possible extension:
The framework may be extended for up to one additional year beyond the initial 6-year term, at the Contracting Authority's sole discretion, subject to:
Satisfactory supplier performance throughout the initial framework period
Continued value for money and market competitiveness
Compliance with the Procurement Act 2023 extension provisions
Agreement with framework suppliers on extension terms
Any extension will be confirmed in writing to suppliers with at least 6 months' notice before the initial framework expiry date (30/09/2032). Extension decisions will consider market conditions, regulatory changes, and the strategic requirements of the Contracting Authority and Participating Authorities at that time.
The extension mechanism enables continuity of supply while a replacement framework procurement is conducted, avoiding service disruption to approximately 200 Participating Authorities.
CPV classifications
- 09000000 - Petroleum products, fuel, electricity and other sources of energy
 - 09310000 - Electricity
 
Same for all lots
Contract locations are shown in the Scope section, because they are the same for all lots.
Lot 2. Flexible Procurement and Supply of Natural Gas, Daily Metered (DM) and Non-Daily Metered (NDM) with Additional Services
Description
This lot covers the flexible procurement and supply of natural gas to Daily Metered (DM) and Non-Daily Metered (NDM) sites across approximately 200 public sector Participating Authorities.
Scope of supply: Natural gas procurement and supply including wholesale market access, flexible trading strategies, and portfolio management services for both Managed Service and Procurement Only Service Option (POSO) arrangements.
Indicative volumes: Approximately 4.2 TWh annually across circa 17,000 supply points, serving schools, universities, police and fire stations, civic centres, housing portfolios, health trusts, and leisure centres. Volumes are indicative only and not guaranteed.
Metering and data services: Provision or accommodation of meter reading services and AMR (Automatic Meter Reading) for profile classes, working with both supplier-appointed and Participating Authority-nominated agents.
Additional services may include:
Gas Purchase Agreements (GPAs) - for renewable gas sources
Sleeved gas transactions from third-party sources
Biomethane Certificates (BMCs) and Green Gas certification
Hydrogen mix certificate schemes (anticipating future grid injection)
Support for net zero decarbonisation goals
Flexible billing arrangements compatible with the Contracting Authority's systems
Load shaping and imbalance management
Lot value (estimated)
- £1,200,000,000 including VAT
 
Framework lot values may be shared with other lots
Contract dates (estimated)
- 1 October 2026 to 30 September 2032
 - Possible extension to 30 September 2033
 - 7 years
 
Description of possible extension:
The framework may be extended for up to one additional year beyond the initial 6-year term, at the Contracting Authority's sole discretion, subject to:
Satisfactory supplier performance throughout the initial framework period
Continued value for money and market competitiveness
Compliance with the Procurement Act 2023 extension provisions
Agreement with framework suppliers on extension terms
Any extension will be confirmed in writing to suppliers with at least 6 months' notice before the initial framework expiry date (30/09/2032). Extension decisions will consider market conditions, regulatory changes, and the strategic requirements of the Contracting Authority and Participating Authorities at that time.
The extension mechanism enables continuity of supply while a replacement framework procurement is conducted, avoiding service disruption to approximately 200 Participating Authorities.
CPV classifications
- 09000000 - Petroleum products, fuel, electricity and other sources of energy
 - 09100000 - Fuels
 - 09123000 - Natural gas
 
Same for all lots
Contract locations are shown in the Scope section, because they are the same for all lots.
Lot 3. Supply of Innovation Solutions relating to renewable energy and flexibility services
Description
This lot establishes a panel of specialist providers offering innovative services that support renewable energy generation and electricity flexibility for public sector organisations. Services may be provided alongside or independently of electricity supply contracts under Lot 1.
The electricity market is undergoing significant transformation. This lot enables access to evolving flexibility and renewable energy solutions, with suppliers expected to develop their offerings throughout the framework term as market opportunities emerge.
Services include:
Flexibility Market Facilitators: Advising and/or facilitating public sector electricity assets to provide grid services including network flexibility auctions, Capacity Market participation, battery operation, Virtual Lead Party services (P415), wholesale market arbitrage, demand/generation control, Virtual Power Plant platforms, and asset aggregation.
Power Purchase Agreements: Licensed suppliers offering PPAs for generators with fixed price, flexible sale, index-linked (e.g. N2EX), or system price options.
Wholesale Energy Trading Alternatives: Solutions optimising locality and temporal matching of generation/demand, local energy markets, prosumer portfolio management, Complex Site Classes (P441), supply exemptions (P442), granular REGO matching, and financial hedging instruments.
Dynamic Electricity Tariffs: Licensed suppliers offering tariffs utilizing wholesale market, network pricing, or settlement signals to incentivize demand adjustment, load shifting, EV charging optimization, and behind-the-meter battery control.
Intermediary PPA Providers: Licensed suppliers acting as single offtaker for multiple renewable generators, packaging intermittent output into tradable blocks for on-supply to multiple end-user suppliers.
Balancing Services: Independent providers offering chargeable shaping and balancing services across import/export portfolios, settling with licensed suppliers or via the Contracting Authority.
Call-offs will be made via direct award or mini-competition based on Participating Authority requirements. Estimated project values vary from advisory services to substantial commercial arrangements.
Please note that the estimated value of this Lot is an indicative estimate only. Lot 3 is a call-off framework for project-based innovation services where demand is uncertain and will be driven by individual Participating Authority net zero programmes and market opportunities.
Lot value (estimated)
- £100,000,000 including VAT
 
Framework lot values may be shared with other lots
Contract dates (estimated)
- 1 October 2026 to 30 September 2032
 - Possible extension to 30 September 2033
 - 7 years
 
Description of possible extension:
The framework may be extended for up to one additional year beyond the initial 6-year term (to 30/09/2033), at the Contracting Authority's sole discretion.
Extension decisions for Lot 3 will consider:
Market maturity and evolution of flexibility/renewable energy services
Supplier performance in delivering innovation solutions
Continued availability of competitive and innovative offerings
Value for money compared to re-procurement
Regulatory and market developments (e.g., REMA implementation, local flexibility market evolution)
Project pipeline and ongoing Participating Authority requirements
Given the transformational nature of the electricity market during the framework term, the extension option provides continuity for multi-year projects while avoiding disruption to Participating Authorities' decarbonisation programmes.
Extension decisions will be confirmed in writing to framework suppliers with at least 6 months' notice before the initial framework expiry date (30/09/2032).
The Contracting Authority may extend some or all services within Lot 3 based on market assessment at that time.
CPV classifications
- 09000000 - Petroleum products, fuel, electricity and other sources of energy
 - 09310000 - Electricity
 - 71314000 - Energy and related services
 - 71314100 - Electrical services
 
Same for all lots
Contract locations are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
Suppliers will be evaluated and ranked independently for each lot based on their tender responses. Awards will be made to all suppliers meeting the minimum requirements, with suppliers ranked as either Primary or Secondary based on their evaluation scores.
Call-off procedures: Participating Authorities may award call-off contracts through either:
Direct award to the Primary Supplier (highest-scoring supplier per lot), who will be given first consideration for call-off contracts; or
Direct award to a Secondary Supplier where the Participating Authority has specific requirements that cannot be met by the Primary Supplier, or where continuity of supply or other valid reasons apply; or
Mini-competition among all framework suppliers capable of meeting the specific requirements (Lot 3 only).
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 be better 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.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Particular suitability
Lot 3. Supply of Innovation Solutions relating to renewable energy and flexibility services
Small and medium-sized enterprises (SME)
Submission
Publication date of tender notice (estimated)
20 January 2026
Tender submission deadline
20 March 2026, 4:00pm
Submission address and any special instructions
Tenders must be submitted electronically via the Delta eSourcing portal at: https://csg.delta-esourcing.com/
Suppliers must register on the portal and respond to the tender notice when published (estimated 05/01/2026).
All tender documents, specifications, and submission templates will be available through the portal. Suppliers should monitor the portal regularly for any clarifications, amendments, or additional information published during the tender period.
For technical assistance with the portal, contact: csgprocurement@csltd.org.uk
Late submissions will not be accepted. Suppliers are advised to submit well in advance of the deadline to avoid technical issues.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
26 June 2026
Procedure
Procedure type
Open procedure
Contracting authority
Kent County Council (t/a Laser)
- Public Procurement Organisation Number: PYCX-4938-CCHM
 
1 Abbey Wood Road
West Malling
ME19 4YT
United Kingdom
Telephone: +448081685808
Email: csgprocurement@csltd.org.uk
Region: UKJ46 - West Kent
Organisation type: Public authority - sub-central government