Notice Information
Notice Title
NEPRO x Innovation
Notice Description
NEPO is establishing a Closed Framework which will operate as a Neutral Vendor Managed Service; NEPRO x Innovation. The objective of this procurement is to provide Contracting Authorities with access to a single Supplier (the Delivery Partner) who will provide a managed service for the delivery of services, goods, works, technology and research and development. NEPRO x Innovation is a new Framework for NEPO. As a strategic procurement solution, the Framework will fall under NEPO's 'NEPRO' brand. NEPRO provides outcomes-based frameworks for the public sector. The Delivery Partner will adopt a Managed Service for the delivery of projects in the following areas: * Goods * Works * Services * Technology * Research and Development A single project may include more than one of the above. The Delivery Partner will be able to flexibly deliver projects incorporating all areas, to suit Contracting Authorities' bespoke requirements. The Delivery Partner shall act as an innovation enabler, meeting the following innovation deliverables: * Reduce barriers to innovation * Create guidance and signpost existing guidance to support Contracting Authorities * Promote and facilitate innovative procurement practices * Encourage challenge-based procurement * Drive increased spend with SMEs and VCSEs * Raise innovation awareness through the Innovation Community NEPO expects the typical value of projects being delivered under the Framework, will be at PS25k and above. There will be no maximum project value. For the avoidance of doubt, the Delivery Partner will not provide services, goods, works and technology in its own right, but rather will deliver a Managed Service that allows Contracting Authorities to procure these elements. The Delivery Partner will bring together the bespoke requirements of Contracting Authorities and a perpetual Supply Chain capable of meeting those requirements. Equal importance will be placed on the service provided to Contracting Authorities and the management of the Supply Chain delivering the requirements. Through market-led, Outcome-based pricing, the Delivery Partner will provide a 'one stop shop' for all in-scope goods, services, technology, works and research and development and will have a positive impact at every stage of the delivery. The Delivery Partner will act as a single point interface between the Contracting Authority and the Supply Chain. The Delivery Partner will be required to accommodate the bespoke needs of each Contracting Authority in each project. This will require the ability to flexibly deliver goods, works, services, technology and research and development contracts and offer innovative and/or bespoke procurement processes. The successful bidder has been chosen through a two-stage competitive flexible procedure.
Lot Information
Lot 1
Renewal: The Framework is for a period of 48 months with the options to extend for up to a further 2 x 24-month periods. Justification for the longer framework term is provided under section 6 of this Notice.
Planning Information
This notice has been created in retrospect as the original preliminary market engagement activities were scheduled prior to the Procurement Act 2023 commencement date and the ability to produce this notice was not yet available. The original notice can be found here: https://www.find-tender.service.gov.uk/Notice/002475-2025?origin=SearchResults&p=1 NEPO sent out a Prior Information Notice on 24th January 2025 with the following information: "NEPO seeks to establish a Framework for provision of goods, works, services and technology ("NEPRO x Innovation"). It is envisaged NEPRO x Innovation will operate as a Neutral Vendor Managed Service vehicle. The purpose of the prior information notice (PIN) is to provide advance notice to the marketplace for the future opportunity and the intentions of NEPO to hold market engagement meetings with suppliers to help shape the future Framework. NEPO are not advertising this PIN as a mechanism to reduce future procurement timescales. The market engagement meetings are advertised openly via this PIN but are limited to a particular number. Market engagement meetings will take place between Tuesday 18th February and Friday 21st February. The "Market Consultation Questionnaire" (market engagement invite) will be made accessible via the Open e-tendering system on Friday 24th January 2025 with a submission deadline of 5 p.m. Friday 7th February 2025. Suppliers wishing to access and complete the "Market Consultation Questionnaire" (Market engagement invite) must first register on the e-tendering system using the following link https://www.open-uk.org.(https://www.open-uk.org). Within the Questionnaire, Suppliers will be given the opportunity to register for a market engagement meeting by directly emailing NEPRO to select two meeting dates highlighting their preferred choice. Market engagement meetings are limited in number and will take place the week commencing Monday 17th February 2025. Appointments will be no longer than 150 mins. NEPO intends to conduct these sessions in person in Gateshead, Tyne and Wear. In-person meetings will be determined via correspondence but are expected to take place at NEPO's offices. The time and location of each appointment will be confirmed following the registration deadline. NEPO may, by exception, use its discretion to facilitate online meetings in the event that in-person meetings are not feasible for suppliers. Places will be secured on a first-come, first-serve basis via directly emailing NEPRO to select two meeting dates highlighting their preferred choice. Suppliers wishing to attend the market engagement meetings should be capable of meeting the requirements outlined above. NEPO reserves the right to seek assurances from interested suppliers prior to allocating a place. Attendance at the market engagement is optional and does not provide suppliers with an advantage in any future related procurement. Attendance also does not constitute as an intention to tender for any future related procurement, nor does the meeting location. Please note the above dates may be subject to change depending on availability and supplier uptake. In addition to the market engagement meetings, NEPO may also publish a soft market testing questionnaire via our Open E-Procurement system. Should this be issued, the questionnaire will allow a further opportunity for those suppliers unable to attend the market consultation meetings to contribute towards shaping the future NEPO535 Framework design. Should the questionnaire be issued, this will be published through Open for access and completion." All those who attended preliminary market engagement sessions were either in attendance in-person at NEPO offices or via an arranged Microsoft Teams call online. All clarifications were made available on our Open E-procurement system ('Open'). Preliminary market engagement was restricted to six face-to-face sessions allocated on a first-come, first-served basis. Due to the high interest in the preliminary market engagement sessions, NEPO allocated an additional six online sessions. To facilitate the additional sessions, NEPO needed to shorten the online sessions to 75 minutes. The same information was disseminated in both the face-to-face and online sessions. As a result, NEPO engaged in four 150-minute face-to-face preliminary market engagement sessions and two 75-minute online sessions. These took place between 18th February and 24th February 2025. To ensure the preliminary market engagement was sufficiently robust, NEPO also issued a Preliminary Market Engagement Questionnaire on 28th February 2025 via Open. This allowed NEPO to obtain wider feedback and assess the appetite and capability of the market. NEPO issued the presentation slides from the preliminary market engagement sessions with this questionnaire, to ensure transparency and to ensure that no distortion of competition and no unfair advantage was gained by those able to attend market engagement. Within the questionnaire, NEPO sought feedback on: pricing, rebate, contract value and term, contract governance and terms and conditions, financial appraisal and insurances. The deadline for submitting the preliminary market engagement exercise was 10th March 2025 concluding the preliminary market engagement period. A copy of the preliminary market engagement presentation slides, clarifications and a summary of NEPO's findings from preliminary market engagement can be provided by NEPO. Please contact us to request these documents via the following email address: nepro@nepo.org
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04eb42
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/078964-2025
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
03 - Agricultural, farming, fishing, forestry and related products
09 - Petroleum products, fuel, electricity and other sources of energy
14 - Mining, basic metals and related products
15 - Food, beverages, tobacco and related products
16 - Agricultural machinery
18 - Clothing, footwear, luggage articles and accessories
19 - Leather and textile fabrics, plastic and rubber materials
22 - Printed matter and related products
24 - Chemical products
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; lighting
32 - Radio, television, communication, telecommunication and related equipment
33 - Medical equipments, pharmaceuticals and personal care products
34 - Transport equipment and auxiliary products to transportation
35 - Security, fire-fighting, police and defence equipment
37 - Musical instruments, sport goods, games, toys, handicraft, art materials and accessories
38 - Laboratory, optical and precision equipments (excl. glasses)
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
41 - Collected and purified water
42 - Industrial machinery
43 - Machinery for mining, quarrying, construction equipment
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
48 - Software package and information systems
50 - Repair and maintenance services
51 - Installation services (except software)
55 - Hotel, restaurant and retail trade services
60 - Transport services (excl. Waste transport)
63 - Supporting and auxiliary transport services; travel agencies services
64 - Postal and telecommunications services
65 - Public utilities
66 - Financial and insurance services
70 - Real estate services
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
73 - Research and development services and related consultancy services
75 - Administration, defence and social security services
76 - Services related to the oil and gas industry
77 - Agricultural, forestry, horticultural, aquacultural and apicultural services
79 - Business services: law, marketing, consulting, recruitment, printing and security
80 - Education and training services
85 - Health and social work services
90 - Sewage, refuse, cleaning and environmental services
92 - Recreational, cultural and sporting services
98 - Other community, social and personal services
-
- CPV Codes
03000000 - Agricultural, farming, fishing, forestry and related products
09000000 - Petroleum products, fuel, electricity and other sources of energy
14000000 - Mining, basic metals and related products
15000000 - Food, beverages, tobacco and related products
16000000 - Agricultural machinery
18000000 - Clothing, footwear, luggage articles and accessories
19000000 - Leather and textile fabrics, plastic and rubber materials
22000000 - Printed matter and related products
24000000 - Chemical products
30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
32000000 - Radio, television, communication, telecommunication and related equipment
33000000 - Medical equipments, pharmaceuticals and personal care products
34000000 - Transport equipment and auxiliary products to transportation
35000000 - Security, fire-fighting, police and defence equipment
37000000 - Musical instruments, sport goods, games, toys, handicraft, art materials and accessories
38000000 - Laboratory, optical and precision equipments (excl. glasses)
39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
41000000 - Collected and purified water
42000000 - Industrial machinery
43000000 - Machinery for mining, quarrying, construction equipment
44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45000000 - Construction work
48000000 - Software package and information systems
50000000 - Repair and maintenance services
51000000 - Installation services (except software)
55000000 - Hotel, restaurant and retail trade services
60000000 - Transport services (excl. Waste transport)
63000000 - Supporting and auxiliary transport services; travel agencies services
64000000 - Postal and telecommunications services
65000000 - Public utilities
66000000 - Financial and insurance services
70000000 - Real estate services
71000000 - Architectural, construction, engineering and inspection services
72000000 - IT services: consulting, software development, Internet and support
73000000 - Research and development services and related consultancy services
75000000 - Administration, defence and social security services
76000000 - Services related to the oil and gas industry
77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
79000000 - Business services: law, marketing, consulting, recruitment, printing and security
80000000 - Education and training services
85000000 - Health and social work services
90000000 - Sewage, refuse, cleaning and environmental services
92000000 - Recreational, cultural and sporting services
98000000 - Other community, social and personal services
Notice Value(s)
- Tender Value
- £20,000,000,000 Over £10B
- Lots Value
- £20,000,000,000 Over £10B
- Awards Value
- £20,000,000,000 Over £10B
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Dec 20252 months ago
- Submission Deadline
- 11 Apr 2025Expired
- Future Notice Date
- 26 Mar 2025Expired
- Award Date
- 2 Dec 20252 months ago
- Contract Period
- 25 Feb 2026 - 24 Feb 2030 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE ASSOCIATION OF NORTH EAST COUNCILS LIMITED
- Contact Name
- Ruth Long
- Contact Email
- cdpnepoteam@nepo.org
- Contact Phone
- 0191 638 0040
Buyer Location
- Locality
- GATESHEAD
- Postcode
- NE8 3DF
- Post Town
- Newcastle upon Tyne
- Country
- England
-
- Major Region (ITL 1)
- TLC North East (England)
- Basic Region (ITL 2)
- TLC4 Northumberland, Durham and Tyne & Wear
- Small Region (ITL 3)
- TLC43 Tyneside
- Delivery Location
- Not specified
-
- Local Authority
- Gateshead
- Electoral Ward
- Bridges
- Westminster Constituency
- Gateshead Central and Whickham
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/078964-2025
2nd December 2025 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/015755-2025
17th April 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/011612-2025
27th March 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/010802-2025
24th March 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/008624-2025
11th March 2025 - Preliminary market engagement notice on Find a Tender -
https://www.open-uk.org/
All Procurement Documents can be accessed on NEPO's eTendering platform, Open. If not already registered, suppliers should register on the NEPO eTendering System at https://www.open-uk.org/
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04eb42-2025-12-02T14:20:14Z",
"date": "2025-12-02T14:20:14Z",
"ocid": "ocds-h6vhtk-04eb42",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-05014821",
"name": "The Association of North East Councils Limited",
"identifier": {
"scheme": "GB-COH",
"id": "05014821"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PYVX-2132-JNMM"
}
],
"address": {
"streetAddress": "Northern Design Centre, Abbots Hill, Baltic Business Quarter",
"locality": "Gateshead",
"postalCode": "NE8 3DF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC22"
},
"contactPoint": {
"name": "Ruth Long",
"email": "cdpnepoteam@nepo.org",
"telephone": "0191 638 0040"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.nepo.org",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-COH-08045123",
"name": "BLOOM PROCUREMENT SERVICES LTD",
"identifier": {
"scheme": "GB-COH",
"id": "08045123"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PRZL-2286-PLQV"
}
],
"address": {
"streetAddress": "3rd Floor 1 Ashley Road",
"locality": "Altrincham",
"postalCode": "WA14 2DT",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD34"
},
"roles": [
"tenderer"
],
"details": {
"url": "https://bloom.services",
"scale": "large",
"vcse": false
}
},
{
"id": "GB-COH-08664789",
"name": "CONSTELLIA PUBLIC LTD",
"identifier": {
"scheme": "GB-COH",
"id": "08664789"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PVJX-2391-JVYD"
}
],
"address": {
"streetAddress": "2nd Floor 201 Great Portland Street",
"locality": "London",
"postalCode": "W1W 5AB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"email": "terence.milner@constellia.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.constellia.com",
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
},
"control": {
"description": "Organisation name: Constellia Limited Companies House number: 06401989 Type: Organisation Category: Parent or subsidiary company Registered address: 2nd Floor 201 Great Portland Street, London, W1W 5AB, UK Postal address: 2nd Floor 201 Great Portland Street, London, W1W 5AB, UK"
}
}
],
"buyer": {
"id": "GB-COH-05014821",
"name": "The Association of North East Councils Limited"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "This notice has been created in retrospect as the original preliminary market engagement activities were scheduled prior to the Procurement Act 2023 commencement date and the ability to produce this notice was not yet available. The original notice can be found here: https://www.find-tender.service.gov.uk/Notice/002475-2025?origin=SearchResults&p=1 NEPO sent out a Prior Information Notice on 24th January 2025 with the following information: \"NEPO seeks to establish a Framework for provision of goods, works, services and technology (\"NEPRO x Innovation\"). It is envisaged NEPRO x Innovation will operate as a Neutral Vendor Managed Service vehicle. The purpose of the prior information notice (PIN) is to provide advance notice to the marketplace for the future opportunity and the intentions of NEPO to hold market engagement meetings with suppliers to help shape the future Framework. NEPO are not advertising this PIN as a mechanism to reduce future procurement timescales. The market engagement meetings are advertised openly via this PIN but are limited to a particular number. Market engagement meetings will take place between Tuesday 18th February and Friday 21st February. The \"Market Consultation Questionnaire\" (market engagement invite) will be made accessible via the Open e-tendering system on Friday 24th January 2025 with a submission deadline of 5 p.m. Friday 7th February 2025. Suppliers wishing to access and complete the \"Market Consultation Questionnaire\" (Market engagement invite) must first register on the e-tendering system using the following link https://www.open-uk.org.(https://www.open-uk.org). Within the Questionnaire, Suppliers will be given the opportunity to register for a market engagement meeting by directly emailing NEPRO to select two meeting dates highlighting their preferred choice. Market engagement meetings are limited in number and will take place the week commencing Monday 17th February 2025. Appointments will be no longer than 150 mins. NEPO intends to conduct these sessions in person in Gateshead, Tyne and Wear. In-person meetings will be determined via correspondence but are expected to take place at NEPO's offices. The time and location of each appointment will be confirmed following the registration deadline. NEPO may, by exception, use its discretion to facilitate online meetings in the event that in-person meetings are not feasible for suppliers. Places will be secured on a first-come, first-serve basis via directly emailing NEPRO to select two meeting dates highlighting their preferred choice. Suppliers wishing to attend the market engagement meetings should be capable of meeting the requirements outlined above. NEPO reserves the right to seek assurances from interested suppliers prior to allocating a place. Attendance at the market engagement is optional and does not provide suppliers with an advantage in any future related procurement. Attendance also does not constitute as an intention to tender for any future related procurement, nor does the meeting location. Please note the above dates may be subject to change depending on availability and supplier uptake. In addition to the market engagement meetings, NEPO may also publish a soft market testing questionnaire via our Open E-Procurement system. Should this be issued, the questionnaire will allow a further opportunity for those suppliers unable to attend the market consultation meetings to contribute towards shaping the future NEPO535 Framework design. Should the questionnaire be issued, this will be published through Open for access and completion.\" All those who attended preliminary market engagement sessions were either in attendance in-person at NEPO offices or via an arranged Microsoft Teams call online. All clarifications were made available on our Open E-procurement system ('Open'). Preliminary market engagement was restricted to six face-to-face sessions allocated on a first-come, first-served basis. Due to the high interest in the preliminary market engagement sessions, NEPO allocated an additional six online sessions. To facilitate the additional sessions, NEPO needed to shorten the online sessions to 75 minutes. The same information was disseminated in both the face-to-face and online sessions. As a result, NEPO engaged in four 150-minute face-to-face preliminary market engagement sessions and two 75-minute online sessions. These took place between 18th February and 24th February 2025. To ensure the preliminary market engagement was sufficiently robust, NEPO also issued a Preliminary Market Engagement Questionnaire on 28th February 2025 via Open. This allowed NEPO to obtain wider feedback and assess the appetite and capability of the market. NEPO issued the presentation slides from the preliminary market engagement sessions with this questionnaire, to ensure transparency and to ensure that no distortion of competition and no unfair advantage was gained by those able to attend market engagement. Within the questionnaire, NEPO sought feedback on: pricing, rebate, contract value and term, contract governance and terms and conditions, financial appraisal and insurances. The deadline for submitting the preliminary market engagement exercise was 10th March 2025 concluding the preliminary market engagement period. A copy of the preliminary market engagement presentation slides, clarifications and a summary of NEPO's findings from preliminary market engagement can be provided by NEPO. Please contact us to request these documents via the following email address: nepro@nepo.org",
"dateMet": "2025-03-10T00:00:00Z",
"status": "met"
}
],
"documents": [
{
"id": "008624-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/008624-2025",
"datePublished": "2025-03-11T07:31:09Z",
"format": "text/html"
},
{
"id": "010802-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/010802-2025",
"datePublished": "2025-03-24T08:42:51Z",
"format": "text/html"
}
]
},
"tender": {
"id": "NEPO535",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "NEPRO x Innovation",
"description": "NEPO is establishing a Closed Framework which will operate as a Neutral Vendor Managed Service; NEPRO x Innovation. The objective of this procurement is to provide Contracting Authorities with access to a single Supplier (the Delivery Partner) who will provide a managed service for the delivery of services, goods, works, technology and research and development. NEPRO x Innovation is a new Framework for NEPO. As a strategic procurement solution, the Framework will fall under NEPO's 'NEPRO' brand. NEPRO provides outcomes-based frameworks for the public sector. The Delivery Partner will adopt a Managed Service for the delivery of projects in the following areas: * Goods * Works * Services * Technology * Research and Development A single project may include more than one of the above. The Delivery Partner will be able to flexibly deliver projects incorporating all areas, to suit Contracting Authorities' bespoke requirements. The Delivery Partner shall act as an innovation enabler, meeting the following innovation deliverables: * Reduce barriers to innovation * Create guidance and signpost existing guidance to support Contracting Authorities * Promote and facilitate innovative procurement practices * Encourage challenge-based procurement * Drive increased spend with SMEs and VCSEs * Raise innovation awareness through the Innovation Community NEPO expects the typical value of projects being delivered under the Framework, will be at PS25k and above. There will be no maximum project value. For the avoidance of doubt, the Delivery Partner will not provide services, goods, works and technology in its own right, but rather will deliver a Managed Service that allows Contracting Authorities to procure these elements. The Delivery Partner will bring together the bespoke requirements of Contracting Authorities and a perpetual Supply Chain capable of meeting those requirements. Equal importance will be placed on the service provided to Contracting Authorities and the management of the Supply Chain delivering the requirements. Through market-led, Outcome-based pricing, the Delivery Partner will provide a 'one stop shop' for all in-scope goods, services, technology, works and research and development and will have a positive impact at every stage of the delivery. The Delivery Partner will act as a single point interface between the Contracting Authority and the Supply Chain. The Delivery Partner will be required to accommodate the bespoke needs of each Contracting Authority in each project. This will require the ability to flexibly deliver goods, works, services, technology and research and development contracts and offer innovative and/or bespoke procurement processes. The successful bidder has been chosen through a two-stage competitive flexible procedure.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "03000000",
"description": "Agricultural, farming, fishing, forestry and related products"
},
{
"scheme": "CPV",
"id": "09000000",
"description": "Petroleum products, fuel, electricity and other sources of energy"
},
{
"scheme": "CPV",
"id": "14000000",
"description": "Mining, basic metals and related products"
},
{
"scheme": "CPV",
"id": "15000000",
"description": "Food, beverages, tobacco and related products"
},
{
"scheme": "CPV",
"id": "16000000",
"description": "Agricultural machinery"
},
{
"scheme": "CPV",
"id": "18000000",
"description": "Clothing, footwear, luggage articles and accessories"
},
{
"scheme": "CPV",
"id": "19000000",
"description": "Leather and textile fabrics, plastic and rubber materials"
},
{
"scheme": "CPV",
"id": "22000000",
"description": "Printed matter and related products"
},
{
"scheme": "CPV",
"id": "24000000",
"description": "Chemical products"
},
{
"scheme": "CPV",
"id": "30000000",
"description": "Office and computing machinery, equipment and supplies except furniture and software packages"
},
{
"scheme": "CPV",
"id": "31000000",
"description": "Electrical machinery, apparatus, equipment and consumables; lighting"
},
{
"scheme": "CPV",
"id": "32000000",
"description": "Radio, television, communication, telecommunication and related equipment"
},
{
"scheme": "CPV",
"id": "33000000",
"description": "Medical equipments, pharmaceuticals and personal care products"
},
{
"scheme": "CPV",
"id": "34000000",
"description": "Transport equipment and auxiliary products to transportation"
},
{
"scheme": "CPV",
"id": "35000000",
"description": "Security, fire-fighting, police and defence equipment"
},
{
"scheme": "CPV",
"id": "37000000",
"description": "Musical instruments, sport goods, games, toys, handicraft, art materials and accessories"
},
{
"scheme": "CPV",
"id": "38000000",
"description": "Laboratory, optical and precision equipments (excl. glasses)"
},
{
"scheme": "CPV",
"id": "39000000",
"description": "Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products"
},
{
"scheme": "CPV",
"id": "41000000",
"description": "Collected and purified water"
},
{
"scheme": "CPV",
"id": "42000000",
"description": "Industrial machinery"
},
{
"scheme": "CPV",
"id": "43000000",
"description": "Machinery for mining, quarrying, construction equipment"
},
{
"scheme": "CPV",
"id": "44000000",
"description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "51000000",
"description": "Installation services (except software)"
},
{
"scheme": "CPV",
"id": "55000000",
"description": "Hotel, restaurant and retail trade services"
},
{
"scheme": "CPV",
"id": "60000000",
"description": "Transport services (excl. Waste transport)"
},
{
"scheme": "CPV",
"id": "63000000",
"description": "Supporting and auxiliary transport services; travel agencies services"
},
{
"scheme": "CPV",
"id": "64000000",
"description": "Postal and telecommunications services"
},
{
"scheme": "CPV",
"id": "65000000",
"description": "Public utilities"
},
{
"scheme": "CPV",
"id": "66000000",
"description": "Financial and insurance services"
},
{
"scheme": "CPV",
"id": "70000000",
"description": "Real estate services"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
},
{
"scheme": "CPV",
"id": "75000000",
"description": "Administration, defence and social security services"
},
{
"scheme": "CPV",
"id": "76000000",
"description": "Services related to the oil and gas industry"
},
{
"scheme": "CPV",
"id": "77000000",
"description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
},
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
},
{
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
},
{
"scheme": "CPV",
"id": "90000000",
"description": "Sewage, refuse, cleaning and environmental services"
},
{
"scheme": "CPV",
"id": "92000000",
"description": "Recreational, cultural and sporting services"
},
{
"scheme": "CPV",
"id": "98000000",
"description": "Other community, social and personal services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "GG",
"country": "GG",
"countryName": "Guernsey"
},
{
"region": "IM",
"country": "IM",
"countryName": "Isle of Man"
},
{
"region": "JE",
"country": "JE",
"countryName": "Jersey"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "GG",
"country": "GG",
"countryName": "Guernsey"
},
{
"region": "IM",
"country": "IM",
"countryName": "Isle of Man"
},
{
"region": "JE",
"country": "JE",
"countryName": "Jersey"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "GG",
"country": "GG",
"countryName": "Guernsey"
},
{
"region": "IM",
"country": "IM",
"countryName": "Isle of Man"
},
{
"region": "JE",
"country": "JE",
"countryName": "Jersey"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "GG",
"country": "GG",
"countryName": "Guernsey"
},
{
"region": "IM",
"country": "IM",
"countryName": "Isle of Man"
},
{
"region": "JE",
"country": "JE",
"countryName": "Jersey"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 24000000000,
"amount": 20000000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1,
"method": "withoutReopeningCompetition",
"periodRationale": "The Framework term may exceed 4 years up to a further 2 x 24-month periods. In accordance with section 47(2) of the Procurement Act, NEPO considers that the nature of the services, goods, works and technology provided under the Framework requires a solution that will operate for a longer duration. NEPO considers the longer term is necessary due to the following: * Complexity of the Framework * Resource required to procure the Framework * Complexity and value of projects procured under the Framework, which may span numerous years. * The investment required from the Delivery Partner to implement the Framework including developing and implementing terms and conditions, mobilising a supply chain, developing innovative procurement processes and documentation and mobilising a technology platform. Prior to exercising any extension, NEPO will ensure the Delivery Partner has achieved pre-agreed targets, which will be determined and fixed prior to contract commencement.",
"type": "open",
"buyerCategories": "NEPO is a Centralised Procurement Authority as defined in the Procurement Act 2023 (PA23), providing central purchasing activity on behalf of Contracting Authorities. The agreement will be available to NEPO Member Authorities and all current and future Associate Members. Current Associate Members are listed in the Associate Member section of the NEPO website at: https://www.nepo.org/associate-members NEPO intends to make the agreement available for use by all Contracting Authorities throughout all administrative regions of the UK (as defined by the Procurement Act 2023). A list of permissible users available at: http://www.nepo.org/associate-membership/permissible-users Organisations wishing to access the NEPO agreement will be required to register as a NEPO Associate Member in the first instance. Further information can be found at: www.nepo.org Further and full information regarding Contracting Authorities that may use the agreement can be found in the Procurement Documents.",
"description": "The successful tenderer will enter into a Framework Contract (NEPRO x Innovation) with NEPO. The Framework will be accessible to Contracting Authorities through a Call-Off Contract. NEPO will establish overarching Framework terms and conditions which will govern the relationship between NEPO and the Delivery Partner, stipulating the core terms encapsulating the Managed Service. NEPO will also establish a Call-Off Contract which will govern the relationship between the Contracting Authority and the Delivery Partner, focusing on the Managed Service provided by the Delivery Partner. The Delivery Partner will be responsible for managing a perpetual supply chain of Providers, capable of delivering projects covering goods, works, services and technology. The Delivery Partner will manage access to its supply chain via a Supplier Agreement. When a Contracting Authority with an active Call-Off identifies a need that can be fulfilled through the Framework, they will enter into a Work Order with the Delivery Partner. The Work Order will include Core Terms, established at Framework level governing common elements in every project and specifying the Delivery Partner's role in ensuring the successful delivery of the project. Project-specific terms and conditions will thereafter be incorporated by the Delivery Partner, in agreement with the Contracting Authority. The Delivery Partner will be responsible for ensuring that the appropriate terms and conditions are incorporated to sufficiently protect the Contracting Authority based on their bespoke requirements. The Delivery Partner will provide these terms and conditions at their own cost. Following the Award Process, the Delivery Partner will be responsible for flowing down the key terms of the Work Order, to a Sub-Contract. The Sub-Contract will be entered into by the Neutral Vendor and the Project Provider(s)."
}
},
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2025-10-01T00:00:00+01:00",
"endDate": "2029-09-30T23:59:59+01:00",
"maxExtentDate": "2033-09-30T23:59:59+01:00"
},
"hasRenewal": true,
"status": "complete",
"value": {
"amountGross": 24000000000,
"amount": 20000000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Pricing",
"description": "Criteria will be refined later (see Competitive flexible procedure description)",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "Criteria will be refined later (see Competitive flexible procedure description)",
"numbers": [
{
"number": 80,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Pricing",
"description": "Criteria will be refined later (see Competitive flexible procedure description)",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "Criteria will be refined later (see Competitive flexible procedure description)",
"numbers": [
{
"number": 80,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Legal and financial conditions of participation are included in this procurement. Full information on legal and financial conditions of participation can be found in the associated Procurement Documents."
},
{
"type": "technical",
"description": "Technical ability conditions of participation are included in this procurement. Full information on technical ability conditions of participation can be found in the associated Procurement Documents."
},
{
"description": "Suppliers will be required to satisfy the Conditions of Participation, as detailed in the Procurement Documents.",
"forReduction": true
},
{
"type": "economic",
"description": "Legal and financial conditions of participation are included in this procurement. Full information on legal and financial conditions of participation can be found in the associated Procurement Documents."
},
{
"type": "technical",
"description": "Technical ability conditions of participation are included in this procurement. Full information on technical ability conditions of participation can be found in the associated Procurement Documents."
},
{
"description": "Suppliers will be required to satisfy the Conditions of Participation, as detailed in the Procurement Documents.",
"forReduction": true
}
]
},
"renewal": {
"description": "The Framework is for a period of 48 months with the options to extend for up to a further 2 x 24-month periods. Justification for the longer framework term is provided under section 6 of this Notice."
}
}
],
"communication": {
"futureNoticeDate": "2025-03-26T23:59:59Z"
},
"status": "complete",
"amendments": [
{
"id": "010802-2025",
"description": "Change Made: Added link to original Prior Information Notice for reference"
},
{
"id": "015755-2025",
"description": "Within the Procedure section of this notice, the Competitive Flexible Procedure Description section has been amended to provide more detail. This was previously limited due to restrictions in the character count, caused by a system error on the Central Digital Platform / Find a Tender system. This has now been fixed and the section has been updated accordingly."
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "This Procurement is being run under a multi-stage stage competitive procedure (\"Competitive Flexible procedure\") pursuant to section 20 of the Procurement Act 2023 ('the Act'). As such, this Notice provides further details of the Procurement and process for submitting Tenders. Suppliers' attention is drawn to the instructions set out in the Procurement Documents, which set out requirements which apply to all Suppliers participating in the Procurement. Suppliers should review the Procurement Documents, including the instructions, carefully before submitting a Tender, as failure to comply may lead to your Tender being excluded. The Framework is a Single Supplier Framework, therefore is not divided into Lots. NEPO intends to follow the process set out below in this Procurement: Invitation to Participate in the Competitive Flexible Procedure The first stage of this Competitive Flexible Procedure is the submission of a Procurement Specific Questionnaire (PSQ) which can be accessed in the Procurement Documents. The evaluation criteria and methodology which will be applied to assess the PSQ submission are set out in the Scoring Matrix, also accessed in the Procurement Documents. The PSQ Scoring Matrix clearly sets out which sections are scored on a 'Pass / Fail' basis to identify where Suppliers can be removed from the process. Following submission of the PSQ, NEPO will review each Supplier's Conditions of Participation response to determine whether the Conditions of Participation are satisfied. Where NEPO has determined that one or more Conditions of Participation are not met, NEPO reserves the right to exclude that organisation from further participation in the Procurement. NEPO expects to evaluate the PSQ submissions which have been submitted in accordance with the Invitation to Participate and Associated Procurement Documents to determine which suppliers satisfy the Conditions of Participation. Through this stage, NEPO will shortlist a maximum of five (5) suppliers who will be Invited to Continue in the process. Following this, NEPO expects to invite Suppliers to submit an Initial Tender, conduct dialogue (if required) and finally invite Final Tenders. In order to successfully satisfy the Conditions of Participation of this procurement, Suppliers must: * Provide all requested information. * Meet all mandatory requirements pass/fail questions. * Respond to all discretionary requirements. * Pass / Meet an overall minimum score of [2] for each of the assessed elements. This comprises Part 3D (Technical and Professional Ability) and covers questions 3D.1-3D.6. Further details regarding the Conditions of Participation and how these will be evaluated by NEPO can be found in Paragraphs 32 (Conditions of Participation) and 34 (The Assessment Process and Award Criteria) of the Invitation to Participate Document, accessed in the Procurement Documents. Following the evaluation of PSQ submissions, NEPO will issue a notification detailing its intent to issue an Invitation to Continue to a maximum of 5 shortlisted Suppliers. Debriefing information will be provided to unsuccessful Suppliers. At this stage, NEPO will enter into a voluntary standstill period of at least 8 working days (beginning with the date of dispatch of the aforementioned notifications). Invitation to Continue in the Competitive Flexible Procedure At this stage NEPO will issue an Invitation to Continue (ITC) that sets out the requirements for the Initial Tender submissions. This phase may include dialogue with shortlisted Suppliers on any element of the procurement. As part of this dialogue, NEPO may refine its Procurement Documents to ensure their suitability. Such refinement will depend on Supplier feedback and as such cannot be specified at this stage. NEPO may also refine its award criteria at this stage. Any refinement of award criteria will be complete before NEPO invites final tenders. Following the conclusion of any dialogue, NEPO will declare the dialogue stage to be concluded and issue an Invitation to Submit Final Tenders (ISFT) to Suppliers. NEPO reserves the right to refine the evaluation criteria that will apply to the final tenders and these will be specified in the ISFT. Further Procurement Documents will be provided to the Tenderers following issue of the Invitation to Continue (ITC). Invitation to Submit Final Tenders Final Tenders should be based on the solution(s) presented and specified at the close of the dialogue stage, contain all elements required for the performance of the Framework and should meet all of NEPO's requirements. Tenderers should note that the evaluation of Final Tenders will include a System Demonstration from each Tenderer. Further details regarding the System Demonstration can be found in Paragraph 36 (Platform Demonstration) of the Invitation to Participate Document accessed in the Procurement Documents. Full details regarding System Demonstrations will be provided in the ISFT. Final Tenders are expected to be final, as there is limited opportunity to vary tenders after submission. However, NEPO may request Tenderers to clarify, specify or optimise their Final Tenders. Such clarification, specification or optimisation, or any additional information, may not involve changes to the essential aspects of the Final Tender or the requirements of the Procurement, where such variations are likely to distort the competition or give the Tenderer an unfair advantage. NEPO reserves the right to seek further information pursuant to the Procurement Act 2023 in order to determine whether NEPO considers a Final Tender to be abnormally low for the performance of the Framework. Following submission of Final Tenders, NEPO expects to undertake an evaluation process to identify which Tenderer has submitted the Most Advantageous Tender. Further information on the evaluation process can be found in Paragraph 34 (The Assessment Process and Award Criteria) of the Invitation to Participate Document accessed in the Procurement Documents. Full and additional information regarding the evaluation process for Final Tenders will be provided in the ISFT. NEPO reserves the right to vary the procedure and timeframes of the Procurement as set out in this Notice and associated Procurement Documents. Reasons for this may include, but are not limited to, supporting continued competition, avoiding unnecessary bidding cost and adhering to subsequent technical or legal guidance. The opportunity can be accessed via the NEPO eTendering system. Suppliers wishing to be considered for this Framework must register their expression of interest and submit the Tender Questionnaire (PSQ) and subsequent tender response(s) through the Open eTendering System. Responses submitted via postal or email methods will not be accepted. If not already registered, suppliers should register on the NEPO eTendering System at https://www.open-uk.org/ (https://www.open-uk.org/) (https://www.open-uk.org/ (https://www.open-uk.org/)) If you need technical assistance from the Open Support team, this can be requested via open.support@nepo.org PLEASE NOTE: Open is accessible 24/7 however, technical support is available Monday - Thursday 8:30 - 5pm and Friday 8.30 - 4.30pm For guidance on how to submit your response through Open, please visit: https://www.openhub.org/training (https://www.open-hub.org/training) (https://www.open-hub.org/training (https://www.openhub.org/training)) to access the available Training Guides."
},
"coveredBy": [
"GPA",
"CPTPP"
],
"participationFees": [
{
"id": "ocds-h6vhtk-04eb42",
"type": [
"win"
],
"relativeValue": {
"proportion": 0.01,
"monetaryValue": "award"
},
"description": "Under the Framework, the Delivery Partner will provide a Managed Service. The Managed Service Fee will be the fee charged by the Delivery Partner for all projects under the Framework. The Managed Service Fee will be based on the total Project cost approved and accepted by the Contracting Authority for any given Project and corresponding Work Order and Sub-Contract. The fee will be in accordance with that which is tendered, however should not exceed 5%. Further information regarding NEPO's intended approach to the Managed Service Fee is provided in the Invitation to Participate Documents. NEPO operates a contract rebate arrangement whereby Suppliers are asked to repay NEPO a set percentage of each invoice in respect of orders placed by NEPO or any Contracting Authority accessing the Framework. NEPO proposes this will be one fifth (20%) of the Managed Service Fee. Therefore, the maximum rebate taken by NEPO against the value of awarded contracts will not exceed 1%."
}
],
"submissionMethodDetails": "The opportunity can be accessed via the NEPO eTender system, Open. Suppliers wishing to be considered for this Framework Agreement must register their expression of interest and submit the Tender Questionnaire (PSQ) through the Open eTendering System. If not already registered, suppliers should register on the NEPO eTendering System at https://www.open-uk.org/ Tender questionnaire (PSQ) responses must be submitted using the link above. Responses submitted via postal or email methods will not be accepted. If you need technical assistance from the Open Support team, this can be requested via open.support@nepo.org PLEASE NOTE: Open is accessible 24/7 however, technical support is available Monday - Thursday 8:30 - 5pm and Friday 8.30 - 4.30pm For guidance on how to submit your response through Open, please visit: https://www.openhub.org/training (https://www.open-hub.org/training) (https://www.open-hub.org/training (https://www.openhub.org/training)) to access the available Training Guides.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-04-28T12:00:00+01:00",
"enquiryPeriod": {
"endDate": "2025-04-11T12:00:00+01:00"
},
"awardPeriod": {
"endDate": "2025-08-01T23:59:59+01:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "L-1",
"documentType": "biddingDocuments",
"description": "All Procurement Documents can be accessed on NEPO's eTendering platform, Open. If not already registered, suppliers should register on the NEPO eTendering System at https://www.open-uk.org/",
"url": "https://www.open-uk.org/"
},
{
"id": "L-2",
"documentType": "technicalSpecifications",
"description": "Technical specification(s) will be provided as part of the Invitation to Continue. These may be refined as part of the potential dialogue stage following the Invitation to Continue in the Competitive Flexible Procedure.",
"url": "https://www.open-uk.org/"
},
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "All documents relating to the Invitation To Participate (PSQ) stage can be accessed following the instructions above. NEPO does not envisage it will publish further documentation relating to the Invitation To Participate stage. Further documentation will be provided as part of the Invitation To Continue, to those suppliers that are successful in the Invitation To Participate (PSQ) stage. These documents will be accessed following the instructions above. Full details on the procurement process can be found in the Procurement Documents."
},
{
"id": "011612-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/011612-2025",
"datePublished": "2025-03-27T15:38:46Z",
"format": "text/html"
},
{
"id": "015755-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/015755-2025",
"datePublished": "2025-04-17T09:39:04+01:00",
"format": "text/html"
}
]
},
"language": "en",
"bids": {
"details": [
{
"id": "1",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-08664789",
"name": "CONSTELLIA PUBLIC LTD"
}
],
"relatedLots": [
"1"
]
},
{
"id": "2",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-08045123",
"name": "BLOOM PROCUREMENT SERVICES LTD"
}
],
"relatedLots": [
"1"
]
}
],
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "1",
"title": "NEPRO x Innovation",
"status": "pending",
"date": "2025-12-02T00:00:00Z",
"value": {
"amountGross": 24000000000,
"amount": 20000000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-08664789",
"name": "CONSTELLIA PUBLIC LTD"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "03000000",
"description": "Agricultural, farming, fishing, forestry and related products"
},
{
"scheme": "CPV",
"id": "09000000",
"description": "Petroleum products, fuel, electricity and other sources of energy"
},
{
"scheme": "CPV",
"id": "14000000",
"description": "Mining, basic metals and related products"
},
{
"scheme": "CPV",
"id": "15000000",
"description": "Food, beverages, tobacco and related products"
},
{
"scheme": "CPV",
"id": "16000000",
"description": "Agricultural machinery"
},
{
"scheme": "CPV",
"id": "18000000",
"description": "Clothing, footwear, luggage articles and accessories"
},
{
"scheme": "CPV",
"id": "19000000",
"description": "Leather and textile fabrics, plastic and rubber materials"
},
{
"scheme": "CPV",
"id": "22000000",
"description": "Printed matter and related products"
},
{
"scheme": "CPV",
"id": "24000000",
"description": "Chemical products"
},
{
"scheme": "CPV",
"id": "30000000",
"description": "Office and computing machinery, equipment and supplies except furniture and software packages"
},
{
"scheme": "CPV",
"id": "31000000",
"description": "Electrical machinery, apparatus, equipment and consumables; lighting"
},
{
"scheme": "CPV",
"id": "32000000",
"description": "Radio, television, communication, telecommunication and related equipment"
},
{
"scheme": "CPV",
"id": "33000000",
"description": "Medical equipments, pharmaceuticals and personal care products"
},
{
"scheme": "CPV",
"id": "34000000",
"description": "Transport equipment and auxiliary products to transportation"
},
{
"scheme": "CPV",
"id": "35000000",
"description": "Security, fire-fighting, police and defence equipment"
},
{
"scheme": "CPV",
"id": "37000000",
"description": "Musical instruments, sport goods, games, toys, handicraft, art materials and accessories"
},
{
"scheme": "CPV",
"id": "38000000",
"description": "Laboratory, optical and precision equipments (excl. glasses)"
},
{
"scheme": "CPV",
"id": "39000000",
"description": "Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products"
},
{
"scheme": "CPV",
"id": "41000000",
"description": "Collected and purified water"
},
{
"scheme": "CPV",
"id": "42000000",
"description": "Industrial machinery"
},
{
"scheme": "CPV",
"id": "43000000",
"description": "Machinery for mining, quarrying, construction equipment"
},
{
"scheme": "CPV",
"id": "44000000",
"description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "51000000",
"description": "Installation services (except software)"
},
{
"scheme": "CPV",
"id": "55000000",
"description": "Hotel, restaurant and retail trade services"
},
{
"scheme": "CPV",
"id": "60000000",
"description": "Transport services (excl. Waste transport)"
},
{
"scheme": "CPV",
"id": "63000000",
"description": "Supporting and auxiliary transport services; travel agencies services"
},
{
"scheme": "CPV",
"id": "64000000",
"description": "Postal and telecommunications services"
},
{
"scheme": "CPV",
"id": "65000000",
"description": "Public utilities"
},
{
"scheme": "CPV",
"id": "66000000",
"description": "Financial and insurance services"
},
{
"scheme": "CPV",
"id": "70000000",
"description": "Real estate services"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
},
{
"scheme": "CPV",
"id": "75000000",
"description": "Administration, defence and social security services"
},
{
"scheme": "CPV",
"id": "76000000",
"description": "Services related to the oil and gas industry"
},
{
"scheme": "CPV",
"id": "77000000",
"description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
},
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
},
{
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
},
{
"scheme": "CPV",
"id": "90000000",
"description": "Sewage, refuse, cleaning and environmental services"
},
{
"scheme": "CPV",
"id": "92000000",
"description": "Recreational, cultural and sporting services"
},
{
"scheme": "CPV",
"id": "98000000",
"description": "Other community, social and personal services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "GG",
"country": "GG",
"countryName": "Guernsey"
},
{
"region": "IM",
"country": "IM",
"countryName": "Isle of Man"
},
{
"region": "JE",
"country": "JE",
"countryName": "Jersey"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2025-12-11T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-02-25T00:00:00Z",
"endDate": "2030-02-24T23:59:59Z",
"maxExtentDate": "2034-02-24T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "2 x 24-month extensions will be possible. NEPO considers the longer term is necessary due to the following: * Complexity of the Framework * Resource required to procure the Framework * Complexity and value of projects procured under the Framework, which may span numerous years. * The investment required from the Delivery Partner to implement the Framework including developing and implementing terms and conditions, mobilising a supply chain, developing innovative procurement processes and documentation and mobilising a technology platform. The Framework shall only be extended where NEPO, at its sole discretion and not less than six (6) months before the end of Initial Term or First Extended Term (as applicable), notifies the Delivery Partner that the Framework shall continue for a subsequent Term."
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "078964-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/078964-2025",
"datePublished": "2025-12-02T14:20:14Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-12-02T00:00:00Z",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-01-26T23:59:59Z",
"status": "scheduled"
}
]
}
]
}