Notice Information
Notice Title
Technology Consultancy Services
Notice Description
EEM is seeking to put in place a fully managed, single supplier National framework providing public sector bodies with a single, easy-to-use Technology Consultancy services framework to Support Public Sector Transformation, Innovation, and Digital Delivery that provides best possible value and service to our members and the wider public sector. This framework will enable public bodies to access a trusted, strategic partner capable of delivering diagnostic, advisory, and delivery support across all stages of technology enabled change. It will include initial assessment through to implementation and post-delivery review. The framework's structure, governance, and commercial model are designed to simplify access, improve transparency, and ensure better outcomes for public sector buyers. A key feature of this framework is the inclusion of a no or at cost diagnostic phase at the outset of any engagement. This ensures buyers fully understand their needs before commissioning further work, without having to commit excessive resources. In accordance with the flexibility permitted under the Competitive Flexible Procedure, EEM will shortlist between three (3) and five (5) of the highest-scoring suppliers at the PSQ stage to progress to the Invitation to Tender (ITT). This approach is required to ensure a proportionate, efficient, and manageable evaluation process, given the anticipated scope and complexity of the requirement. It also reduces unnecessary bidding burden on suppliers and allows the authority to focus detailed ITT activity on those suppliers who have demonstrated the highest capability and relevance at the selection stage. The shortlisting criteria will be objective, transparent, and based solely on PSQ scoring, as set out in the Supplier Questionnaire below. All suppliers will be treated equally and fairly. The objectives of the Framework are to: 1. Simplify access to technology consultancy expertise. 2. Improve financial transparency and cost predictability. 3. Give faster mobilisation and reduced procurement overheads. 4. Give greater inclusion of SMEs through a structured supply chain model. 5. Enhance alignment between strategy, procurement, and delivery. 6. Provide better outcomes and reduced waste of public funds. The appointed vendor will be responsible for: 1. Providing initial diagnostics and advisory services directly to clients. 2. Determining whether delivery should continue in-house or through a transparent, managed SME supply chain. 3. Ensuring full visibility of cost, delivery model, and performance across all engagements. 4. Maintaining an open and evolving network of SME partners, ensuring diversity, innovation, and regional/local capability are fully represented. This approach simplifies access for buyers and supports extensive SME participation through a structured and equitable delivery ecosystem. EEM considers this Framework will help: 1. Enable EEM members, whether existing or future, and the wider public sector to call off services in an efficient and compliant way. 2. Provide access to a vetted list of suppliers, significantly reducing the time and effort needed to conduct individual procurements. 3. Ensure that all purchases meet legal and regulatory requirements, such as the Procurement Act 2023. 4. Provide better value to the buyer by creating a fairer and more efficient supply chain, whilst consolidating purchasing power to negotiate better pricing and terms. 5. Provide clear, pre-negotiated pricing structures, enabling buyers to achieve greater value for money. 6. Ensure access to cutting-edge and specialised solutions. 7. Allows buyers to better manage their purchases in line with ever changing requirements. 8. Encourages greater innovation and quality by providing access to innovative products and services, including from niche vendors, ensuring buyers can procure the latest technology, solutions and services. 9. Promote competition among suppliers, driving competition and higher quality standards. 10. Reduce procurement risks by offering contracts with established suppliers that adhere to framework terms and conditions.
Planning Information
Market Engagement Objectives This market engagement aims to: • Assess the level of interest from the consultancy market • Validate the types of services in demand • Test potential framework structures (e.g. lots, pricing, evaluation) • Understand commercial and delivery models • Identify potential barriers to entry for new or smaller providers • Design a simple, effective call-off process that works well for both buyers and suppliers • Align the procurement to meet Procurement Act 2023 objectives, including innovation, economic growth, and accessibility Proposed Framework Scope Services Covered may include: • Technology strategy and architecture • Digital and service design (aligned with GDS and user-centred principles) • Cybersecurity and resilience • Infrastructure modernisation and cloud migration • AI, automation, and emerging technology • ICT sourcing and operating model design • Data platforms, governance, and insights The framework will be open to Central and local government, NHS and health bodies, police and emergency services, housing associations, education, and other public authorities. It is anticipated Call-off methods will include Direct award or mini-competition The estimated value of the framework is likely to be up to £10 million over 4 years. This will be subject to the PME feedback. Number of suppliers appointed to the framework will be determined based on market response. The intended contract model will be determined following the market feedback. Timeline Issue PME – 06/08/2025 Deadline for Responses 27/08/2025 Follow-up Supplier Sessions 1st – 12th September 2025 Contact Details For any queries relating to this PME, please contact: Mark Stephens Meta Procurement Ltd on behalf of EEM
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-058299
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/077031-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
Notice Value(s)
- Tender Value
- £50,000,000 £10M-£100M
- Lots Value
- £50,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 25 Nov 20251 weeks ago
- Submission Deadline
- 9 Dec 20254 days to go
- Future Notice Date
- 1 Oct 2025Expired
- Award Date
- Not specified
- Contract Period
- 10 Mar 2026 - 9 Mar 2030 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- EFFICIENCY EAST MIDLANDS
- Additional Buyers
- Contact Name
- Mark Stephens
- Contact Email
- mark@metaprocurement.org
- Contact Phone
- +447973385737
Buyer Location
- Locality
- ALFRETON
- Postcode
- DE55 2DS
- Post Town
- Derby
- Country
- England
-
- Major Region (ITL 1)
- TLF East Midlands (England)
- Basic Region (ITL 2)
- TLF1 Derbyshire and Nottinghamshire
- Small Region (ITL 3)
- TLF14 Nottingham
- Delivery Location
- Not specified
-
- Local Authority
- Nottingham
- Electoral Ward
- Castle
- Westminster Constituency
- Nottingham East
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/077031-2025
25th November 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/046572-2025
6th August 2025 - Preliminary market engagement notice on Find a Tender
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-058299-2025-11-25T17:07:38Z",
"date": "2025-11-25T17:07:38Z",
"ocid": "ocds-h6vhtk-058299",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-07762614",
"name": "Efficiency East Midlands",
"identifier": {
"scheme": "GB-COH",
"id": "07762614"
},
"address": {
"streetAddress": "Maisies Way",
"locality": "Alfreton",
"postalCode": "DE55 2DS",
"country": "CA",
"countryName": "Canada",
"region": "CA"
},
"contactPoint": {
"name": "Mark Stephens",
"email": "mark@metaprocurement.org",
"telephone": "+447973385737"
},
"roles": [
"buyer"
],
"details": {
"url": "https://metaprocurement.org/",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicUndertaking",
"description": "Public undertaking"
}
]
}
},
{
"id": "GB-COH-13864148",
"name": "Meta Procurement Ltd",
"identifier": {
"scheme": "GB-COH",
"id": "13864148"
},
"address": {
"streetAddress": "Peveril Drive",
"locality": "Nottingham",
"postalCode": "NG7 1DE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF14"
},
"contactPoint": {
"name": "Mark Stephens",
"email": "mark@metaprocurement.org",
"telephone": "+447973385737"
},
"roles": [
"procuringEntity"
],
"roleDetails": "Procurement Lead",
"details": {
"url": "http://WWW.METAPROCUREMENT.ORG"
}
}
],
"buyer": {
"id": "GB-COH-07762614",
"name": "Efficiency East Midlands"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "Market Engagement Objectives This market engagement aims to: * Assess the level of interest from the consultancy market * Validate the types of services in demand * Test potential framework structures (e.g. lots, pricing, evaluation) * Understand commercial and delivery models * Identify potential barriers to entry for new or smaller providers * Design a simple, effective call-off process that works well for both buyers and suppliers * Align the procurement to meet Procurement Act 2023 objectives, including innovation, economic growth, and accessibility Proposed Framework Scope Services Covered may include: * Technology strategy and architecture * Digital and service design (aligned with GDS and user-centred principles) * Cybersecurity and resilience * Infrastructure modernisation and cloud migration * AI, automation, and emerging technology * ICT sourcing and operating model design * Data platforms, governance, and insights The framework will be open to Central and local government, NHS and health bodies, police and emergency services, housing associations, education, and other public authorities. It is anticipated Call-off methods will include Direct award or mini-competition The estimated value of the framework is likely to be up to PS10 million over 4 years. This will be subject to the PME feedback. Number of suppliers appointed to the framework will be determined based on market response. The intended contract model will be determined following the market feedback. Timeline Issue PME - 06/08/2025 Deadline for Responses 27/08/2025 Follow-up Supplier Sessions 1st - 12th September 2025 Contact Details For any queries relating to this PME, please contact: Mark Stephens Meta Procurement Ltd on behalf of EEM",
"dueDate": "2025-09-12T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "046572-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/046572-2025",
"datePublished": "2025-08-06T14:45:12+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "EEM 0081",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Technology Consultancy Services",
"description": "EEM is seeking to put in place a fully managed, single supplier National framework providing public sector bodies with a single, easy-to-use Technology Consultancy services framework to Support Public Sector Transformation, Innovation, and Digital Delivery that provides best possible value and service to our members and the wider public sector. This framework will enable public bodies to access a trusted, strategic partner capable of delivering diagnostic, advisory, and delivery support across all stages of technology enabled change. It will include initial assessment through to implementation and post-delivery review. The framework's structure, governance, and commercial model are designed to simplify access, improve transparency, and ensure better outcomes for public sector buyers. A key feature of this framework is the inclusion of a no or at cost diagnostic phase at the outset of any engagement. This ensures buyers fully understand their needs before commissioning further work, without having to commit excessive resources. In accordance with the flexibility permitted under the Competitive Flexible Procedure, EEM will shortlist between three (3) and five (5) of the highest-scoring suppliers at the PSQ stage to progress to the Invitation to Tender (ITT). This approach is required to ensure a proportionate, efficient, and manageable evaluation process, given the anticipated scope and complexity of the requirement. It also reduces unnecessary bidding burden on suppliers and allows the authority to focus detailed ITT activity on those suppliers who have demonstrated the highest capability and relevance at the selection stage. The shortlisting criteria will be objective, transparent, and based solely on PSQ scoring, as set out in the Supplier Questionnaire below. All suppliers will be treated equally and fairly. The objectives of the Framework are to: 1. Simplify access to technology consultancy expertise. 2. Improve financial transparency and cost predictability. 3. Give faster mobilisation and reduced procurement overheads. 4. Give greater inclusion of SMEs through a structured supply chain model. 5. Enhance alignment between strategy, procurement, and delivery. 6. Provide better outcomes and reduced waste of public funds. The appointed vendor will be responsible for: 1. Providing initial diagnostics and advisory services directly to clients. 2. Determining whether delivery should continue in-house or through a transparent, managed SME supply chain. 3. Ensuring full visibility of cost, delivery model, and performance across all engagements. 4. Maintaining an open and evolving network of SME partners, ensuring diversity, innovation, and regional/local capability are fully represented. This approach simplifies access for buyers and supports extensive SME participation through a structured and equitable delivery ecosystem. EEM considers this Framework will help: 1. Enable EEM members, whether existing or future, and the wider public sector to call off services in an efficient and compliant way. 2. Provide access to a vetted list of suppliers, significantly reducing the time and effort needed to conduct individual procurements. 3. Ensure that all purchases meet legal and regulatory requirements, such as the Procurement Act 2023. 4. Provide better value to the buyer by creating a fairer and more efficient supply chain, whilst consolidating purchasing power to negotiate better pricing and terms. 5. Provide clear, pre-negotiated pricing structures, enabling buyers to achieve greater value for money. 6. Ensure access to cutting-edge and specialised solutions. 7. Allows buyers to better manage their purchases in line with ever changing requirements. 8. Encourages greater innovation and quality by providing access to innovative products and services, including from niche vendors, ensuring buyers can procure the latest technology, solutions and services. 9. Promote competition among suppliers, driving competition and higher quality standards. 10. Reduce procurement risks by offering contracts with established suppliers that adhere to framework terms and conditions.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 60000000,
"amount": 50000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"method": "withoutReopeningCompetition",
"type": "open",
"buyerCategories": "This Framework Agreement Technology Consultancy Services is for use by Contracting Authorities in the United Kingdom, British Overseas Territories, and Crown Dependencies that exist on 29 May 2025",
"description": "This is a single supplier framework. The framework supplier will provide an initial diagnostic service at either no cost or at cost recovery only, to help contracting authorities clearly define their needs, challenges, and desired outcomes before committing to wider consultancy or delivery activity. This diagnostic phase will enable informed investment decisions, ensuring public funds are spent only where there is a clear business case and achievable value. Award of contracts will be via direct award."
}
},
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-03-10T00:00:00+00:00",
"endDate": "2030-03-09T23:59:59+00:00"
},
"status": "active",
"value": {
"amountGross": 60000000,
"amount": 50000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"description": "Technical and responsible procurement",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"description": "Commercial",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
}
}
],
"communication": {
"futureNoticeDate": "2025-10-01T23:59:59+01:00"
},
"status": "active",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The procurement will consist of the following stages: Stage One - Selection Questionnaire (PSQ) Bidders will be required to complete a Selection Questionnaire (PSQ) to demonstrate their organisational suitability, financial standing, relevant experience, and capacity to deliver the required services. Responses will be evaluated in accordance with the published selection criteria. Only the top 3 - 5 bidders who meet the required standard will be invited to participate in the next stage of the process. Stage Two - Invitation to Tender (Competitive Flexible Stage) Shortlisted bidders will be invited to submit a full tender response, addressing both the Technical (Quality) and Commercial (Pricing) criteria. The ITT will be evaluated in accordance with the published award criteria, which will assess overall quality, delivery approach, SME participation, and value for money. This stage allows EEM to explore innovative delivery approaches while maintaining a competitive and transparent evaluation framework. Stage Three - Clarification and Moderation (if required) Where necessary, shortlisted bidders may be invited to attend a Clarification Meeting. These meetings will not be scored but will be used to validate or explore elements of the written submission. Following these sessions, the evaluation panel may adjust moderated scores when justified by improved confidence in a bidder's ability to deliver. Stage Four - Contract Award The Framework Agreement will be awarded to the Bidder submitting the Most Advantageous Tender (MAT), based on a combination of quality (70%) and price (30%), in line with the evaluation criteria set out in this document. Following evaluation and moderation, all bidders will be notified of the outcome, and the mandatory standstill period will commence before award confirmation."
},
"participationFees": [
{
"id": "ocds-h6vhtk-058299",
"type": [
"win"
],
"relativeValue": {
"proportion": 0.01,
"monetaryValue": "award"
}
}
],
"submissionMethodDetails": "https://www.mytenders.co.uk/",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-12-16T11:59:00+00:00",
"enquiryPeriod": {
"endDate": "2025-12-09T11:59:00+00:00"
},
"awardPeriod": {
"endDate": "2026-03-09T23:59:59+00:00"
},
"documents": [
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "Via My Tenders https://www.mytenders.co.uk/"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "077031-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/077031-2025",
"datePublished": "2025-11-25T17:07:38Z",
"format": "text/html"
}
]
},
"language": "en"
}