Notice Information
Notice Title
Neutral Vendor Managed Service Framework for Technical and Professional Services (NEUTAPS) Award
Notice Description
Following the successes of Lot 11 (Neutral Vendor) of the South East Wales Technical and Professional Services (SEWTAPS) Framework, this Framework has been established as an evolution and replacement of the Lot, addressing the need for a dedicated Neutral Vendor Managed Service Framework for Technical and Professional services solution for use by Public Sector Customers throughout the UK. The Neutral Vendor Managed Service Provider will provide a secure, unbiased, high quality managed service provision to support the delivery of consultancy projects and professional services requirements across the wide scope of potential requirements, through management of their fully vetted Supply Chain Provider Pool. Common drivers for commissioning such expertise, include the need for specific technical skills, additional capacity, sector-specific insights, innovation and experience, and the value of an independent, objective perspective. Engaging professional and consultancy services can provide access to a wealth of expert advice, specialist knowledge, and enhanced capabilities that may not be readily available internally. This Framework can be used and Call-Off Contracts may be entered into with the Contractor under this Framework by all Contracting Authorities throughout all administrative regions of the UK (as defined by the Procurement Act 2023) including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities who have a need to purchase the above services (including any successor in the exercise of their statutory or public functions). Other public bodies exercising their functions in, or in relation to the UK but not specifically referred to above may also use this Framework. The Framework may also be used by non-Public Sector organisations to comply with conditions associated with the use of public funds for those specific projects (including but not limited to Section 106).
Planning Information
The Pre-Market Supplier Engagement will consist of written questionnaires, which can be accessed and submitted via Proactis at the following link: https://supplierlive.proactisp2p.com/Account/Login Reference: ERFX1008636 - NVMS Framework Pre-Market Engagement The deadline for submissions is 20/06/2025 12:00 noon Further engagement may be requested in the form of follow up questions or meetings. The Market engagement with customers and suppliers will include areas to understand the market, review current and future needs, identify potential structures for the new framework and determining the most appropriate approach to maximise value for money. The Council has already undertaken some lesson learnt engagement. As part of pre-market engagement, further potential customer feedback will also be undertaken .
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0529d3
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/030144-2026
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79000000 - Business services: law, marketing, consulting, recruitment, printing and security
Notice Value(s)
- Tender Value
- £800,000,000 £100M-£1B
- Lots Value
- £800,000,000 £100M-£1B
- Awards Value
- £800,000,000 £100M-£1B
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 1 Apr 20263 weeks ago
- Submission Deadline
- 10 Dec 2025Expired
- Future Notice Date
- 20 Jun 2025Expired
- Award Date
- 30 Mar 20263 weeks ago
- Contract Period
- 19 Apr 2026 - 19 Apr 2030 4-5 years
- Recurrence
- 2030-02-02
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CARDIFF COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- CARDIFF
- Postcode
- CF10 4UW
- Post Town
- Cardiff
- Country
- Wales
-
- Major Region (ITL 1)
- TLL Wales
- Basic Region (ITL 2)
- TLL5 South East Wales
- Small Region (ITL 3)
- TLL52 Cardiff and Vale of Glamorgan
- Delivery Location
- Not specified
-
- Local Authority
- Cardiff
- Electoral Ward
- Butetown
- Westminster Constituency
- Cardiff South and Penarth
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/030144-2026
1st April 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/072040-2025
7th November 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/028822-2025
30th May 2025 - Preliminary market engagement notice on Find a Tender -
https://www.proactisplaza.com/supplierportal
The procurement documents are available for unrestricted and full direct access, free of charge at: https://www.proactisplaza.com/supplierportal
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-0529d3-2026-04-01T10:07:39+01:00",
"date": "2026-04-01T10:07:39+01:00",
"ocid": "ocds-h6vhtk-0529d3",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PVHP-5769-YHRQ",
"name": "Cardiff Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PVHP-5769-YHRQ"
},
"address": {
"streetAddress": "County Hall",
"locality": "Cardiff",
"postalCode": "CF10 4UW",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKL22"
},
"contactPoint": {
"name": "Jemma Downes",
"email": "consultancyframework@cardiff.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.cardiff.gov.uk",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
},
{
"id": "GB-WLS",
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"description": "Welsh devolved regulations apply"
}
]
}
},
{
"id": "GB-PPON-PJWX-6972-PQJV",
"name": "MATRIX SCM LIMITED",
"identifier": {
"scheme": "GB-PPON",
"id": "PJWX-6972-PQJV"
},
"address": {
"streetAddress": "2nd Floor, Partis House",
"locality": "Milton Keynes",
"postalCode": "MK5 8HJ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ12"
},
"contactPoint": {
"email": "Bids@teammatrix.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
},
"control": {
"description": "Bridgepoint Development Capital (Limited Liability Partnership) 95 Wigmore Street, London, W1U 1FB, UK Companies House number Oc403750 Owns shares, Has voting rights, Has other significant influence or control"
}
}
],
"buyer": {
"id": "GB-PPON-PVHP-5769-YHRQ",
"name": "Cardiff Council"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "The Pre-Market Supplier Engagement will consist of written questionnaires, which can be accessed and submitted via Proactis at the following link: https://supplierlive.proactisp2p.com/Account/Login Reference: ERFX1008636 - NVMS Framework Pre-Market Engagement The deadline for submissions is 20/06/2025 12:00 noon Further engagement may be requested in the form of follow up questions or meetings. The Market engagement with customers and suppliers will include areas to understand the market, review current and future needs, identify potential structures for the new framework and determining the most appropriate approach to maximise value for money. The Council has already undertaken some lesson learnt engagement. As part of pre-market engagement, further potential customer feedback will also be undertaken .",
"dueDate": "2025-06-20T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "028822-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/028822-2025",
"datePublished": "2025-05-30T14:12:18+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "ERFX1008686",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Neutral Vendor Managed Service Framework for Technical and Professional Services (NEUTAPS) Award",
"description": "Following the successes of Lot 11 (Neutral Vendor) of the South East Wales Technical and Professional Services (SEWTAPS) Framework, this Framework has been established as an evolution and replacement of the Lot, addressing the need for a dedicated Neutral Vendor Managed Service Framework for Technical and Professional services solution for use by Public Sector Customers throughout the UK. The Neutral Vendor Managed Service Provider will provide a secure, unbiased, high quality managed service provision to support the delivery of consultancy projects and professional services requirements across the wide scope of potential requirements, through management of their fully vetted Supply Chain Provider Pool. Common drivers for commissioning such expertise, include the need for specific technical skills, additional capacity, sector-specific insights, innovation and experience, and the value of an independent, objective perspective. Engaging professional and consultancy services can provide access to a wealth of expert advice, specialist knowledge, and enhanced capabilities that may not be readily available internally. This Framework can be used and Call-Off Contracts may be entered into with the Contractor under this Framework by all Contracting Authorities throughout all administrative regions of the UK (as defined by the Procurement Act 2023) including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities who have a need to purchase the above services (including any successor in the exercise of their statutory or public functions). Other public bodies exercising their functions in, or in relation to the UK but not specifically referred to above may also use this Framework. The Framework may also be used by non-Public Sector organisations to comply with conditions associated with the use of public funds for those specific projects (including but not limited to Section 106).",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"mainProcurementCategory": "services",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1,
"method": "withoutReopeningCompetition",
"periodRationale": "N/A",
"type": "open",
"buyerCategories": "This Framework can be used and Call-Off Contracts may be entered into with the Contractor under this Framework by all Contracting Authorities throughout all administrative regions of the UK (as defined by the Procurement Act 2023) including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities who have a need to purchase the above services (including any successor in the exercise of their statutory or public functions). Other public bodies exercising their functions in, or in relation to the UK but not specifically referred to above may also use this Framework. The Framework may also be used by non-Public Sector organisations to comply with conditions associated with the use of public funds for those specific projects (including but not limited to Section 106).",
"description": "Single supplier framework. Based on managed service fee."
}
},
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2026-02-02T00:00:00+00:00",
"endDate": "2030-02-01T23:59:59+00:00"
},
"status": "complete",
"value": {
"amountGross": 960000000,
"amount": 800000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"description": "Social Value made of Quantitative and Qualitative criteria.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please see tender documents"
},
{
"type": "technical",
"description": "Please see tender documents"
}
]
},
"suitability": {
"sme": true
}
}
],
"status": "complete",
"value": {
"amountGross": 960000000,
"amount": 800000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"participationFees": [
{
"id": "ocds-h6vhtk-0529d3",
"type": [
"win"
],
"description": "Percentage fee charge to suppliers is 0.45%"
}
],
"submissionMethodDetails": "Tenderers must be submitted via the Portal website by Tender Return Date and Time via https://www.proactisplaza.com/supplierportal",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en",
"cy"
]
},
"tenderPeriod": {
"endDate": "2025-12-10T12:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-01-19T23:59:59+00:00"
},
"documents": [
{
"id": "L-1",
"documentType": "biddingDocuments",
"description": "The procurement documents are available for unrestricted and full direct access, free of charge at: https://www.proactisplaza.com/supplierportal",
"url": "https://www.proactisplaza.com/supplierportal"
},
{
"id": "L-2",
"documentType": "technicalSpecifications",
"description": "The procurement documents are available for unrestricted and full direct access, free of charge at: https://www.proactisplaza.com/supplierportal",
"url": "https://www.proactisplaza.com/supplierportal"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "072040-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/072040-2025",
"datePublished": "2025-11-07T13:28:01Z",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2030-02-02T23:59:59+00:00"
}
]
},
"contractTerms": {
"financialTerms": "Please see tender documents"
}
},
"language": "en",
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 6,
"relatedLot": "1"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 4,
"relatedLot": "1"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 3,
"relatedLot": "1"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "1",
"title": "Neutral Vendor Managed Service Framework for Technical and Professional Services",
"status": "pending",
"date": "2026-03-31T00:00:00+01:00",
"value": {
"amountGross": 960000000,
"amount": 800000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-PPON-PJWX-6972-PQJV",
"name": "MATRIX SCM LIMITED"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2026-04-14T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2026-04-20T00:00:00+01:00",
"endDate": "2030-04-19T23:59:59+01:00"
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "030144-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/030144-2026",
"datePublished": "2026-04-01T10:07:39+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2026-03-31T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-04-17T23:59:59+01:00",
"status": "scheduled"
}
]
}
]
}