Planning

Preliminary Market Engagement ICT Direct A Whole ICT Services Framework for the UK Public Sector

EFFICIENCY EAST MIDLANDS

This public procurement record has 1 release in its history.

Planning

10 Sep 2025 at 11:41

Summary of the contracting process

The procurement process is being managed by Efficiency East Midlands, a not-for-profit procurement consortium based in Alfreton, United Kingdom. The project, titled "Preliminary Market Engagement ICT Direct A Whole ICT Services Framework for the UK Public Sector," is in the planning stage, with a focus on IT services including consulting, software development, and internet and support. The framework is set to adopt a neutral vendor model and will serve all UK public sector bodies. Key dates include the deadline for market engagement responses on 10th October 2025, and future milestones such as the anticipated tender publication in November 2025, with the contract expected to start in February 2026.

This tender presents significant opportunities for businesses involved in the ICT sector, especially those providing IT consulting, software development, or internet support services. The potential value of the framework is substantial, with a gross estimate of £600 million, reflecting a lucrative opportunity for qualified suppliers. Businesses capable of offering transparency, compliance, and competitive pricing within the ICT domain—particularly in areas like cloud computing, cybersecurity, and network services—are well-suited to compete. The strategic focus on a neutral vendor model invites participation from both large-scale providers and SMEs, promoting a diversified supply chain and encouraging innovation within the public sector ICT landscape.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Preliminary Market Engagement ICT Direct A Whole ICT Services Framework for the UK Public Sector

Notice Description

Whole ICT Services Framework for the UK Public Sector. This single-supplier framework will adopt a neutral vendor delivery model, enabling public bodies to access the full range of ICT goods, services, and solutions from end user devices and licensing, to networks, consultancy, and cloud infrastructure via a compliant and simplified route.

Planning Information

Preliminary Market Engagement (PME) ICT Direct: A Whole ICT Services Framework for the UK Public Sector EEM 0080 1. PURPOSE AND OVERVIEW 1.1 EFFICIENCY EAST MIDLANDS LTD Efficiency East Midlands (EEM) is a not-for-profit procurement consortium set up to drive cost and efficiency savings in the public sector. Since 2010, EEM and its members have worked together to deliver comprehensive yet simplified procurement solutions, which offer a wide range of compliant, competitive and high-quality products and services. EEM’s vision is to develop a collaborative working approach, which delivers the fullest possible range of organisational, financial and social benefits. EEM is working with its partner and Representative, Meta Procurement Ltd, to create a whole ICT Services Framework that provides best possible value and service to our members and the wider public sector. We are pleased to invite interest in the idea of establishing a national framework agreement titled ICT Direct Whole ICT Services Framework for the UK Public Sector. This single-supplier framework will adopt a neutral vendor delivery model, enabling public bodies to access the full range of ICT goods, services, and solutions from end-user devices and licensing, to networks, consultancy, and cloud infrastructure via a compliant and simplified route. The framework will be designed to support transparency of ICT spend across all categories, particularly in areas where pricing is often unclear or complex, such as Microsoft licensing, Azure, DevOps, and cloud consumption models. It will provide public sector organisations with greater clarity and control over their ICT investments while streamlining procurement activity and promoting value for money. This PME exercise is issued in accordance with the Procurement Act 2023 and is not part of a formal procurement process. No organisation will be prejudiced by its response or non-response, and this engagement does not guarantee inclusion in any future procurement activity. However, supplier feedback will play an important role in shaping our requirements and procurement approach. 2. Background This Preliminary Market Engagement (PME) seeks views from the ICT supply chain ahead of a proposed procurement for a single-supplier neutral vendor framework. The framework will be made available to all UK public sector bodies, including, local authorities, government departments, housing associations, arms-length bodies, educational institutions, and emergency services. A core objective of the proposed framework is to increase transparency of ICT procurement, particularly in complex areas such as: • Microsoft licensing (e.g. M365, Enterprise Agreements) • Azure consumption and DevOps tooling • Subscription-based cloud and SaaS pricing • Third-party service margins and bundling Public bodies often face challenges in validating these costs, comparing options, and understanding value for money. The neutral vendor model is intended to address these issues through a single, accountable supplier who provides clear, auditable pricing structures, supports fair market access, and delivers expert procurement guidance. This engagement does not form part of a formal procurement process and does not commit the authority to any course of action. The views of suppliers and stakeholders will be used to inform the design of the opportunity and test assumptions prior to publication of the contract notice. 3. Market Engagement Purpose UK public bodies are responsible for procuring a wide range of ICT goods and services to support their operational, digital, and transformation objectives. These include cloud platforms, productivity tools, end-user devices, cyber security, and infrastructure. These are often sourced via a complex web of routes with inconsistent pricing transparency or procurement overhead. There is increasing interest in more strategic and joined-up procurement models, which can offer: • Better commercial visibility and control • Access to a dynamic supply chain (including SMEs and specialists) • Efficient call-off and sourcing methods • Assurance over compliance, risk, and sustainability • Benchmarking and aggregation of spend insights This neutral vendor model is proposed as a mechanism to achieve these benefits through a single accountable partner acting as a sourcing agent and supplier ecosystem manager. 4. Proposed Framework Summary The neutral vendor will act as a managed service provider (MSP) or aggregator for public bodies, responsible for the delivery and procurement of: • ICT hardware (e.g. laptops, mobile devices, peripherals, servers) • Software and licensing (e.g. Microsoft, Adobe, antivirus, sector-specific platforms) • Cloud services (e.g. IaaS, PaaS, SaaS including Azure, AWS, M365, DevOps tooling) • Cybersecurity tools and frameworks • Technical consultancy and professional services • Implementation and rollout services • Managed services and support • Innovation and emerging technologies (e.g. automation, AI, IoT) The neutral vendor must provide a high-performing digital platform or equivalent service for requisitions, reporting, and audit, ensuring full transparency of supplier selection, cost build-up, and contract status. 5. Draft Specification ICT Goods • End-user devices: desktops, laptops, tablets, smartphones, peripherals. • Infrastructure: servers, storage, networking equipment. • Accessories and components: monitors, docking stations, cabling, spare parts. • Specialist equipment: mobile clinical devices, ruggedised hardware, audio-visual kit. Software & Licensing • Microsoft (inc. Enterprise, CSP, Azure) and other volume licensing programmes. • Operating systems, security software, productivity suites, line-of-business applications. • SaaS, PaaS, IaaS offerings. • Licence optimisation and usage reporting services. ICT Services • Technical consultancy and solution design. • Deployment and implementation services. • ICT support and managed services (e.g. helpdesk, remote monitoring). • Asset tagging, imaging, configuration, staging, disposal, and secure recycling. • Data migration, backup, and disaster recovery services. Cloud, DevOps & Infrastructure • Cloud hosting, storage, and compute capacity (public, private, hybrid). • DevOps consultancy and tools provisioning. • Network design, delivery, and optimisation. • Security solutions and compliance support (inc. Cyber Essentials, ISO standards). Strategic Services • Strategic ICT reviews and transformation consultancy. • Budget planning and cost transparency reporting. • Aggregation of demand across organisations. • SME enablement and supply chain management. 6. Supplier Input Requested We are inviting potential suppliers to respond to the following: • Transparency and Value for Money • How can a neutral vendor help public bodies understand and benchmark costs in areas where pricing is typically opaque (e.g. Azure consumption, M365, SaaS bundles)? • What models ensure cost clarity and reduce hidden margin or duplication? • Commercial Model • What is the most appropriate pricing structure for the neutral vendor (e.g. fixed fee, % margin, hybrid)? • How can the model be designed to balance sustainability for the vendor with cost transparency for buyers? • Supplier Ecosystem & Inclusion • How can a neutral vendor fairly onboard and manage a diverse, quality-assured supplier network (including SMEs)? • What controls and reporting should be in place to avoid bias or vendor lock-in? • Buyer Experience & Simplicity • What mechanisms support easy, compliant call-offs for non-technical or low-capacity public sector teams? • What should be included in a service catalogue to make it user-friendly? • Technology, Reporting & Assurance • What digital tools/platforms are in use for order capture, supplier interaction, invoicing, and performance tracking? • How can this framework provide insight across the public sector to inform strategic procurement decisions? 7. How to Respond Please respond to the questions in section 6 above and return via email to mark@metaprocurement.org no later than 10th October 2025. We may also invite a selection of respondents to participate in follow-up in one-to-one conversations to explore feedback further. Please note this is not a call for competition or a procurement exercise. Responding to this notice does not guarantee future involvement. 8. Next Steps and Timeline Issue PME – 8th September 2025 Deadline for Responses 10th October 2025 Follow-up Supplier Sessions 13th to 17th October Anticipated Tender Publication November 2025 Anticipated Contract Start February 2026 9. Contact Details For any queries relating to this PME, please contact: Mark Stephens Meta Procurement Ltd on behalf of EEM Email: mark@metaprocurement.org

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-059780
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/055370-2025
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
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
£500,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Sep 20255 months ago
Submission Deadline
Not specified
Future Notice Date
3 Nov 2025Expired
Award Date
Not specified
Contract Period
2 Feb 2026 - 1 Feb 2030 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Planning
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
EFFICIENCY EAST MIDLANDS
Additional Buyers

META PROCUREMENT LTD

Contact Name
Mark Stephens
Contact Email
mark@metaprocurement.org
Contact Phone
Not specified

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-059780-2025-09-10T12:41:11+01:00",
    "date": "2025-09-10T12:41:11+01:00",
    "ocid": "ocds-h6vhtk-059780",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-07762614",
            "name": "Efficiency East Midlands",
            "identifier": {
                "scheme": "GB-COH",
                "id": "07762614"
            },
            "address": {
                "streetAddress": "Unit 3 Maisies Way",
                "locality": "Alfreton",
                "postalCode": "DE55 2DS",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF12"
            },
            "contactPoint": {
                "name": "Mark Stephens",
                "email": "mark@metaprocurement.org"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://metaprocurement.org/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicUndertaking",
                        "description": "Public undertaking"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PHTC-9381-MRCG",
            "name": "Meta Procurement Ltd",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHTC-9381-MRCG"
            },
            "address": {
                "streetAddress": "Rock Cottage",
                "locality": "Nottingham",
                "postalCode": "NG7 1DE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF14"
            },
            "contactPoint": {
                "name": "Mark Stephens",
                "email": "mark@metaprocurement.org"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Framework Management",
            "details": {
                "url": "http://WWW.METAPROCUREMENT.ORG"
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-07762614",
        "name": "Efficiency East Midlands"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Preliminary Market Engagement (PME) ICT Direct: A Whole ICT Services Framework for the UK Public Sector EEM 0080 1. PURPOSE AND OVERVIEW 1.1 EFFICIENCY EAST MIDLANDS LTD Efficiency East Midlands (EEM) is a not-for-profit procurement consortium set up to drive cost and efficiency savings in the public sector. Since 2010, EEM and its members have worked together to deliver comprehensive yet simplified procurement solutions, which offer a wide range of compliant, competitive and high-quality products and services. EEM's vision is to develop a collaborative working approach, which delivers the fullest possible range of organisational, financial and social benefits. EEM is working with its partner and Representative, Meta Procurement Ltd, to create a whole ICT Services Framework that provides best possible value and service to our members and the wider public sector. We are pleased to invite interest in the idea of establishing a national framework agreement titled ICT Direct Whole ICT Services Framework for the UK Public Sector. This single-supplier framework will adopt a neutral vendor delivery model, enabling public bodies to access the full range of ICT goods, services, and solutions from end-user devices and licensing, to networks, consultancy, and cloud infrastructure via a compliant and simplified route. The framework will be designed to support transparency of ICT spend across all categories, particularly in areas where pricing is often unclear or complex, such as Microsoft licensing, Azure, DevOps, and cloud consumption models. It will provide public sector organisations with greater clarity and control over their ICT investments while streamlining procurement activity and promoting value for money. This PME exercise is issued in accordance with the Procurement Act 2023 and is not part of a formal procurement process. No organisation will be prejudiced by its response or non-response, and this engagement does not guarantee inclusion in any future procurement activity. However, supplier feedback will play an important role in shaping our requirements and procurement approach. 2. Background This Preliminary Market Engagement (PME) seeks views from the ICT supply chain ahead of a proposed procurement for a single-supplier neutral vendor framework. The framework will be made available to all UK public sector bodies, including, local authorities, government departments, housing associations, arms-length bodies, educational institutions, and emergency services. A core objective of the proposed framework is to increase transparency of ICT procurement, particularly in complex areas such as: * Microsoft licensing (e.g. M365, Enterprise Agreements) * Azure consumption and DevOps tooling * Subscription-based cloud and SaaS pricing * Third-party service margins and bundling Public bodies often face challenges in validating these costs, comparing options, and understanding value for money. The neutral vendor model is intended to address these issues through a single, accountable supplier who provides clear, auditable pricing structures, supports fair market access, and delivers expert procurement guidance. This engagement does not form part of a formal procurement process and does not commit the authority to any course of action. The views of suppliers and stakeholders will be used to inform the design of the opportunity and test assumptions prior to publication of the contract notice. 3. Market Engagement Purpose UK public bodies are responsible for procuring a wide range of ICT goods and services to support their operational, digital, and transformation objectives. These include cloud platforms, productivity tools, end-user devices, cyber security, and infrastructure. These are often sourced via a complex web of routes with inconsistent pricing transparency or procurement overhead. There is increasing interest in more strategic and joined-up procurement models, which can offer: * Better commercial visibility and control * Access to a dynamic supply chain (including SMEs and specialists) * Efficient call-off and sourcing methods * Assurance over compliance, risk, and sustainability * Benchmarking and aggregation of spend insights This neutral vendor model is proposed as a mechanism to achieve these benefits through a single accountable partner acting as a sourcing agent and supplier ecosystem manager. 4. Proposed Framework Summary The neutral vendor will act as a managed service provider (MSP) or aggregator for public bodies, responsible for the delivery and procurement of: * ICT hardware (e.g. laptops, mobile devices, peripherals, servers) * Software and licensing (e.g. Microsoft, Adobe, antivirus, sector-specific platforms) * Cloud services (e.g. IaaS, PaaS, SaaS including Azure, AWS, M365, DevOps tooling) * Cybersecurity tools and frameworks * Technical consultancy and professional services * Implementation and rollout services * Managed services and support * Innovation and emerging technologies (e.g. automation, AI, IoT) The neutral vendor must provide a high-performing digital platform or equivalent service for requisitions, reporting, and audit, ensuring full transparency of supplier selection, cost build-up, and contract status. 5. Draft Specification ICT Goods * End-user devices: desktops, laptops, tablets, smartphones, peripherals. * Infrastructure: servers, storage, networking equipment. * Accessories and components: monitors, docking stations, cabling, spare parts. * Specialist equipment: mobile clinical devices, ruggedised hardware, audio-visual kit. Software & Licensing * Microsoft (inc. Enterprise, CSP, Azure) and other volume licensing programmes. * Operating systems, security software, productivity suites, line-of-business applications. * SaaS, PaaS, IaaS offerings. * Licence optimisation and usage reporting services. ICT Services * Technical consultancy and solution design. * Deployment and implementation services. * ICT support and managed services (e.g. helpdesk, remote monitoring). * Asset tagging, imaging, configuration, staging, disposal, and secure recycling. * Data migration, backup, and disaster recovery services. Cloud, DevOps & Infrastructure * Cloud hosting, storage, and compute capacity (public, private, hybrid). * DevOps consultancy and tools provisioning. * Network design, delivery, and optimisation. * Security solutions and compliance support (inc. Cyber Essentials, ISO standards). Strategic Services * Strategic ICT reviews and transformation consultancy. * Budget planning and cost transparency reporting. * Aggregation of demand across organisations. * SME enablement and supply chain management. 6. Supplier Input Requested We are inviting potential suppliers to respond to the following: * Transparency and Value for Money * How can a neutral vendor help public bodies understand and benchmark costs in areas where pricing is typically opaque (e.g. Azure consumption, M365, SaaS bundles)? * What models ensure cost clarity and reduce hidden margin or duplication? * Commercial Model * What is the most appropriate pricing structure for the neutral vendor (e.g. fixed fee, % margin, hybrid)? * How can the model be designed to balance sustainability for the vendor with cost transparency for buyers? * Supplier Ecosystem & Inclusion * How can a neutral vendor fairly onboard and manage a diverse, quality-assured supplier network (including SMEs)? * What controls and reporting should be in place to avoid bias or vendor lock-in? * Buyer Experience & Simplicity * What mechanisms support easy, compliant call-offs for non-technical or low-capacity public sector teams? * What should be included in a service catalogue to make it user-friendly? * Technology, Reporting & Assurance * What digital tools/platforms are in use for order capture, supplier interaction, invoicing, and performance tracking? * How can this framework provide insight across the public sector to inform strategic procurement decisions? 7. How to Respond Please respond to the questions in section 6 above and return via email to mark@metaprocurement.org no later than 10th October 2025. We may also invite a selection of respondents to participate in follow-up in one-to-one conversations to explore feedback further. Please note this is not a call for competition or a procurement exercise. Responding to this notice does not guarantee future involvement. 8. Next Steps and Timeline Issue PME - 8th September 2025 Deadline for Responses 10th October 2025 Follow-up Supplier Sessions 13th to 17th October Anticipated Tender Publication November 2025 Anticipated Contract Start February 2026 9. Contact Details For any queries relating to this PME, please contact: Mark Stephens Meta Procurement Ltd on behalf of EEM Email: mark@metaprocurement.org",
                "dueDate": "2025-10-10T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "055370-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/055370-2025",
                "datePublished": "2025-09-10T12:41:11+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "EEM0080",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Preliminary Market Engagement ICT Direct A Whole ICT Services Framework for the UK Public Sector",
        "description": "Whole ICT Services Framework for the UK Public Sector. This single-supplier framework will adopt a neutral vendor delivery model, enabling public bodies to access the full range of ICT goods, services, and solutions from end user devices and licensing, to networks, consultancy, and cloud infrastructure via a compliant and simplified route.",
        "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"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 600000000,
            "amount": 500000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-02-02T00:00:00+00:00",
                    "endDate": "2030-02-01T23:59:59+00:00"
                },
                "status": "planning"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-11-03T23:59:59+00:00"
        },
        "status": "planning"
    },
    "language": "en"
}