Skip to main content
Tenders

Flexible Procurement and Supply of Gas and/or Electricity

Closed
Deadline
0 days left
March 27, 2026
Contract Details
Category
Open Procedure
Reference
013711-2026
Value
£10,000,000,000
Location
United Kingdom
Published
March 19, 2026
CPV Code
Project Timeline

Tender Published

February 16, 2026

Deadline for Questions

March 20, 2026

Submission Deadline

March 27, 2026

Contract Start Date

September 30, 2026

Budget
£10,000,000,000
Duration
72 months
Location
United Kingdom
Type
Open Procedure
67
Quality Score/100
Good

Original Tender 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. Please be advised that the estimated value of the Framework, and the individual Lots, represent a greater value than current spend, but account for potential growth in customer volumes and energy costs. Lot 1: Flexible Procurement and Supply of Electricity with Additional Services (covering Metered and Unmetered Electricity). Lot 2: Flexible Procurement and Supply of Natural Gas 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 Option (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. For Lots 1 and 2, one Primary supplier and one or more Secondary Suppliers will be awarded positions (pending meeting of minimum requirements for those Lots) and all suppliers on Lot 3 who meet the minimum requirements of the tender will be awarded positions. Suppliers will be ranked as either Primary or Secondary suppliers based on their evaluation scores for Lots 1 and 2, 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=1014369495

Risk Analysis

Please log in to use risk analysis.

Login

Win Strategy

Please log in to access winning strategy recommendations.

Login

Competitors

Upgrade to see which companies are likely to bid on this tender, based on historical procurement data.

Login

Requirements & Qualifications

15 requirements across 5 categories

Submission (3)
Mandatory (2)
Compliance (3)
Technical (5)
Financial (2)
SUBMISSION REQUIREMENTS3
--Must submit the tender response by the deadline of 2026-03-27T00:00:00.
--Must provide comprehensive tender responses for evaluation and ranking for each lot.
--Must specify which Lot(s) the company is bidding for.
MANDATORY EXCLUSION GROUNDS2
--Failure to address performance issues satisfactorily in accordance with dispute resolution procedures may lead to removal or suspension from the framework.
--Material supplier underperformance or supplier failure may lead to transfer of Participating Authorities to alternative suppliers and potential removal from the framework.
ELIGIBILITY REQUIREMENTS3
--Must be able to supply gas, electricity, and/or net-zero energy innovation solutions to public sector organisations across the United Kingdom.
--Must meet the minimum requirements for each Lot (1, 2, and/or 3) for which the supplier is bidding.
--Must be able to commit to a 72-month (6-year) framework agreement.
TECHNICAL CAPABILITY REQUIREMENTS5
--Must be able to offer a Procurement Only Service Option (POSO) and a Fully Managed (FM) Service.
--Must be capable of providing additional services, including: 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.
--Must be capable of meeting specific requirements of Participating Authorities during call-off procedures.
FINANCIAL REQUIREMENTS2
--Must provide framework pricing submissions for call-off contract determination.
--Must have the financial capacity to handle a framework agreement with an estimated value of up to 10 billion EUR over 72 months.

Requirements Preview

Sign up to view complete requirements and analysis

Documents

4 documents available with AI summaries

OCDS RecordDOC
013711-2026_ocds_record.json

This OCDS record provides structured data about Kent County Council's planned framework agreement for flexible procurement and supply of gas, electricity, and net-zero innovation solutions across the UK public sector.

OCDS Release PackageDOC
013711-2026_ocds_release.json

This tender establishes a single, closed Framework Agreement for the flexible procurement and supply of Gas, Electricity, and Net Zero Energy Innovation Solutions to UK public sector organizations, structured into three distinct lots with options for Procurement Only or Fully Managed services.

Official PDF VersionPDF
013711-2026_official.pdf

This document is a tender notice for a UK-wide framework agreement to procure flexible gas and electricity, and net-zero innovation solutions for public sector organizations, structured into three distinct lots.

Tender NoticeHTM
013711-2026.html

This notice announces a framework agreement for the flexible procurement and supply of gas, electricity, and net-zero energy innovation solutions to UK public sector organizations, structured into three lots with primary and secondary supplier roles.

Documents Preview

Sign up to view document summaries and analysis

67
Good

Tender Quality Score

Automated quality analysis based on rule-based checks.

Score Breakdown

Legal Compliance83/100

Assessed based on automated checks.

Clarity40/100

Assessed based on automated checks.

Completeness100/100

Assessed based on automated checks.

Fairness40/100

Assessed based on automated checks.

Practicality60/100

Assessed based on automated checks.

Data Consistency100/100

Assessed based on automated checks.

Sustainability0/100

Assessed based on automated checks.

Strengths

No specific strengths identified

Concerns

No specific concerns identified

Recommendations

No specific recommendations

AI Scoring Preview

Sign up to view complete requirements and analysis

Complete quality score analysis
Detailed sub-score breakdown
Strengths & concerns insights
Strategic recommendations

No credit card required • Setup in 2 minutes

New Service

Want us to handle this tender?

Our procurement experts prepare everything. Proven to work — you review, approve, and submit.

~1hYour time only
80%+80%+
$0Upfront
See full comparison
Without TaaSWith TaaS
40-80 hrs
Preparation time
~1 hr
Your time only
15-25%
Average win rate
80%+
Win rate
Risk of errors
Manual review
Expert QA
Compliance check
You do all
Handle everything
We do all
End-to-end service
Let's Win This Tender
Pay only when you win · 400+ companies trust us
Or do it yourself

Add to Pipeline