Notice Information
Notice Title
Neutral Vendor for ICT Procurement
Notice Description
EEM is seeking to set up a framework arrangement with a single provider capable of operating a large-scale, neutral ICT procurement and supply chain management function across the full scope of this Framework Agreement. This procurement will establish a single-supplier framework, in accordance with Section 45(4)(a) of the Procurement Act 2023. EEM has concluded, based on market analysis, statutory considerations and PME feedback, that a single neutral vendor is the only proportionate and effective model capable of delivering the full scope of ICT requirements defined in this document. This approach is justified on the following grounds: A. Interoperability and Whole-ICT Lifecycle Integration ICT procurement across the public sector is currently fragmented. Complex interdependencies between hardware, licensing, cloud consumption, cybersecurity, networks and managed services require a single entity to coordinate supply, ensure compatibility, and provide end-to-end assurance. A multi-supplier framework would not achieve these outcomes, and would increase the risk of: * conflicting supplier commercial incentives * inconsistent technical standards * fragmented support arrangements B. Transparency and Spend Control Public bodies consistently reported that pricing for software licensing, cloud consumption, and associated services is often opaque and difficult to benchmark. The single-supplier Neutral Vendor model is required to: * eliminate hidden margins and bundled charges * ensure transparent, open-book pricing * provide uniform reporting and governance * support PA23 transparency duties under Sections 69-95 C. Aggregation and Economies of Scale A single supplier is required to centralise: * demand aggregation * volume discounting * supply chain optimisation * consolidated OEM negotiation These benefits cannot be achieved with a multi-provider arrangement. D. SME Enablement and Fair Access Evidence from Preliminary Market Engagement confirmed that SMEs find it difficult to engage directly with large ICT procurements. A neutral vendor enables: * structured and fair onboarding * transparent subcontracting workflows * increased SME participation * elimination of reseller-dominated routes This directly supports government objectives on SME inclusion. E. Risk Management and Compliance The Neutral Vendor model mitigates: * inconsistent supplier compliance * unmanaged subcontracting * variable licensing and cybersecurity standards By providing a single accountable entity, the model supports: * compliance with the Procurement Act 2023 * Cyber Essentials/ISO 27001 assurance Based on PME responses, market analysis and the statutory requirements of the Procurement Act 2023, a single neutral vendor framework is considered the only proportionate and effective commercial structure capable of delivering the scope of this Framework Agreement. This Framework does not establish a traditional ICT reseller or managed service delivery model. The appointed supplier must operate as a neutral procurement intermediary, with all sourcing decisions made transparently and without bias towards any proprietary or internally delivered services. The Neutral Vendor will act as the sole contracting entity for all purchases under the Framework, with all supply chain arrangements managed on a back-to-back basis. The objectives of the framework are: Objective 0: Provide an outsourced ICT procurement function delivering compliant sourcing, commercial governance, benchmarking and transparent access to the ICT supply market. Objective 1: Provide a comprehensive range of ICT products and services, including niche suppliers, enabling public sector buyers to procure the latest technology solutions. Objective 2: Ensure competitive pricing through transparent cost structures and negotiated discounts, offering value for money for public sector bodies. Objective 3: Facilitate the redistribution of vendor incentives (e.g., rebates, kickbacks) back to the Buyer in a fair, transparent, and legally compliant manner. Objective 4: Offer flexible and scalable ICT solutions, ensuring buyers can select the most appropriate technology to meet their needs. Objective 5: Ensure all products and services comply with relevant standards and regulations, including the Procurement Act 2023, NHS standards, and sector-specific compliance requirements. The scope of this procurement is for the providers of ICT goods and services. The themes, product and services are set out in the Scope and Specification section of this document. EEM considers this framework will help: * enable EEM members, whether existing or future, and the wider public sector to procure services provided by ICT providers in an efficient and compliant way. * provide access to a vetted list of suppliers, reducing the le and effort needed to conduct individual procurements. * ensure that all purchases meet legal and regulatory requirements, such as the Procurement Act 2023. * 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. * provide clear, pre-negotiated pricing structures, enabling buyers to achieve greater value for money. * provide diverse ICT needs, including hardware, software, services, and niche products, allowing buyers to source everything from a single framework. * ensure access to cutting-edge and specialised technology, such as IoT solutions and green ICT initiatives. * allows buyers to better scale their ICT purchases in line with changing requirements, from small upgrades to large-scale projects. * Encourages greater innovation and quality by providing access to innovative products and services, including from niche vendors, ensuring buyers can procure the latest technology. * promoting competition among suppliers, driving higher quality standards. * Reducing procurement risks by offering contracts with established suppliers that adhere to framework terms and conditions.
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
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-059780
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/033914-2026
- 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
- 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
- £500,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 Apr 20261 weeks ago
- Submission Deadline
- Not specified
- Future Notice Date
- 3 Nov 2025Expired
- Award Date
- Not specified
- Contract Period
- 31 Aug 2026 - 31 Aug 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 LIMITED
- Additional Buyers
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
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/033914-2026
14th April 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/055370-2025
10th September 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-059780-2026-04-14T16:19:26+01:00",
"date": "2026-04-14T16:19:26+01:00",
"ocid": "ocds-h6vhtk-059780",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-07762614",
"name": "EFFICIENCY EAST MIDLANDS LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "07762614"
},
"address": {
"streetAddress": "3 Maisies Way",
"locality": "Alfreton",
"postalCode": "DE55 2DS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF12"
},
"contactPoint": {
"name": "Mark Stephens",
"email": "tenders@eem.org.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://metaprocurement.org/",
"classifications": [
{
"id": "publicUndertaking",
"scheme": "UK_CA_TYPE",
"description": "Public undertaking"
},
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PRXX-3953-HVQM"
}
]
},
{
"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"
}
},
{
"id": "GB-COH-13864148",
"name": "META PROCUREMENT LTD",
"identifier": {
"scheme": "GB-COH",
"id": "13864148"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PHTC-9381-MRCG"
}
],
"address": {
"streetAddress": "The Rock Cottage Peveril Drive",
"locality": "Nottingham",
"postalCode": "NG7 1DE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF14"
},
"contactPoint": {
"email": "contact@metaprocurement.org"
},
"roles": [
"procuringEntity",
"processContactPoint"
],
"roleDetails": "Lead agent",
"details": {
"url": "http://www.metaprocurement.org"
}
}
],
"buyer": {
"id": "GB-COH-07762614",
"name": "EFFICIENCY EAST MIDLANDS LIMITED"
},
"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": "EEM 0080",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Neutral Vendor for ICT Procurement",
"description": "EEM is seeking to set up a framework arrangement with a single provider capable of operating a large-scale, neutral ICT procurement and supply chain management function across the full scope of this Framework Agreement. This procurement will establish a single-supplier framework, in accordance with Section 45(4)(a) of the Procurement Act 2023. EEM has concluded, based on market analysis, statutory considerations and PME feedback, that a single neutral vendor is the only proportionate and effective model capable of delivering the full scope of ICT requirements defined in this document. This approach is justified on the following grounds: A. Interoperability and Whole-ICT Lifecycle Integration ICT procurement across the public sector is currently fragmented. Complex interdependencies between hardware, licensing, cloud consumption, cybersecurity, networks and managed services require a single entity to coordinate supply, ensure compatibility, and provide end-to-end assurance. A multi-supplier framework would not achieve these outcomes, and would increase the risk of: * conflicting supplier commercial incentives * inconsistent technical standards * fragmented support arrangements B. Transparency and Spend Control Public bodies consistently reported that pricing for software licensing, cloud consumption, and associated services is often opaque and difficult to benchmark. The single-supplier Neutral Vendor model is required to: * eliminate hidden margins and bundled charges * ensure transparent, open-book pricing * provide uniform reporting and governance * support PA23 transparency duties under Sections 69-95 C. Aggregation and Economies of Scale A single supplier is required to centralise: * demand aggregation * volume discounting * supply chain optimisation * consolidated OEM negotiation These benefits cannot be achieved with a multi-provider arrangement. D. SME Enablement and Fair Access Evidence from Preliminary Market Engagement confirmed that SMEs find it difficult to engage directly with large ICT procurements. A neutral vendor enables: * structured and fair onboarding * transparent subcontracting workflows * increased SME participation * elimination of reseller-dominated routes This directly supports government objectives on SME inclusion. E. Risk Management and Compliance The Neutral Vendor model mitigates: * inconsistent supplier compliance * unmanaged subcontracting * variable licensing and cybersecurity standards By providing a single accountable entity, the model supports: * compliance with the Procurement Act 2023 * Cyber Essentials/ISO 27001 assurance Based on PME responses, market analysis and the statutory requirements of the Procurement Act 2023, a single neutral vendor framework is considered the only proportionate and effective commercial structure capable of delivering the scope of this Framework Agreement. This Framework does not establish a traditional ICT reseller or managed service delivery model. The appointed supplier must operate as a neutral procurement intermediary, with all sourcing decisions made transparently and without bias towards any proprietary or internally delivered services. The Neutral Vendor will act as the sole contracting entity for all purchases under the Framework, with all supply chain arrangements managed on a back-to-back basis. The objectives of the framework are: Objective 0: Provide an outsourced ICT procurement function delivering compliant sourcing, commercial governance, benchmarking and transparent access to the ICT supply market. Objective 1: Provide a comprehensive range of ICT products and services, including niche suppliers, enabling public sector buyers to procure the latest technology solutions. Objective 2: Ensure competitive pricing through transparent cost structures and negotiated discounts, offering value for money for public sector bodies. Objective 3: Facilitate the redistribution of vendor incentives (e.g., rebates, kickbacks) back to the Buyer in a fair, transparent, and legally compliant manner. Objective 4: Offer flexible and scalable ICT solutions, ensuring buyers can select the most appropriate technology to meet their needs. Objective 5: Ensure all products and services comply with relevant standards and regulations, including the Procurement Act 2023, NHS standards, and sector-specific compliance requirements. The scope of this procurement is for the providers of ICT goods and services. The themes, product and services are set out in the Scope and Specification section of this document. EEM considers this framework will help: * enable EEM members, whether existing or future, and the wider public sector to procure services provided by ICT providers in an efficient and compliant way. * provide access to a vetted list of suppliers, reducing the le and effort needed to conduct individual procurements. * ensure that all purchases meet legal and regulatory requirements, such as the Procurement Act 2023. * 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. * provide clear, pre-negotiated pricing structures, enabling buyers to achieve greater value for money. * provide diverse ICT needs, including hardware, software, services, and niche products, allowing buyers to source everything from a single framework. * ensure access to cutting-edge and specialised technology, such as IoT solutions and green ICT initiatives. * allows buyers to better scale their ICT purchases in line with changing requirements, from small upgrades to large-scale projects. * Encourages greater innovation and quality by providing access to innovative products and services, including from niche vendors, ensuring buyers can procure the latest technology. * promoting competition among suppliers, driving higher quality standards. * Reducing 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": 600000000,
"amount": 500000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1,
"method": "withoutReopeningCompetition",
"type": "open",
"buyerCategories": "See Procurement Documentation",
"description": "Neutral Vendor"
}
},
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2026-09-01T00:00:00+01:00",
"endDate": "2030-08-31T23:59:59+01:00"
},
"status": "active",
"value": {
"amountGross": 600000000,
"amount": 500000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 5
},
"selectionCriteria": {
"criteria": [
{
"description": "Rank Order based on criteria within the documentation",
"forReduction": true
}
]
}
}
],
"communication": {
"futureNoticeDate": "2025-11-03T23:59:59+00:00"
},
"status": "active",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "Stage Description Date Preliminary Market Engagement Notice Published ICT Procurement - Whole ICT Goods and Services to Support Public Sector Transformation, Innovation, and Digital Delivery EEM 0080 8th September 2025 Deadline for PME Responses Response to PME questions 10th October 2025 PME Supplier Engagement Sessions Engagement sessions to help inform the development of this procurement 13th - 17th October 2025 Publication of PSQ Notice PSQ issued to Bidders. 14th April 2026 Deadline for PSQ Clarifications Deadline for submission of clarification questions 28th April 2026 PSQ Bidder Response Date Time and date by which Bidders must submit their PSQ in the required format. 23:59hrs 12th May 2026 PSQ Evaluation Period Period when PSQs will be evaluated. 13th May - 20th May 2026 Notification of PSQ Outcome Notification to suppliers of outcome; shortlisted suppliers invited to ITT 21st May 2026 Publication of Tender Notice ITT issued to Bidders. 22nd May 2026 Deadline for Clarification Questions Bidders may ask questions on the ITT up until the deadline. 12th June 2026 ITT clarification questions and answers Date by which EEM will respond to all questions 19th June 2026 ITT Bidder Response Date Time and date by which Bidders must submit their Bids in the required format. 23:59 hrs 26th June 2026 ITT Bid Evaluation Stage Period when Bids will be evaluated. 29th June - 10th July 2026 Moderation / Final Scoring The date by which the EEM will aim to select the Preferred Bidder. Mid July 2026 Bidder(s) notification of evaluation outcome / Standstill Following selection of the Preferred Bidder, EEM will notify all Bidders of the outcome of the evaluation and its intention to award the contract. A Contract Award Notice will then be published in accordance with the Procurement Act 2023. The mandatory standstill period will commence from the date of publication of the Contract Award Notice. Late July 2026 Framework Agreement service commencement The Framework Agreement is entered into between EEM and the Provider. August 2026"
},
"participationFees": [
{
"id": "ocds-h6vhtk-059780",
"type": [
"win"
],
"relativeValue": {
"proportion": 0.01,
"monetaryValue": "award"
}
}
],
"submissionMethodDetails": "https://metaprocurement.mytenders.co.uk/",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2026-05-12T23:59:00+01:00",
"awardPeriod": {
"endDate": "2026-08-31T23:59:59+01:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "L-1",
"documentType": "biddingDocuments",
"url": "https://metaprocurement.mytenders.co.uk/"
},
{
"id": "033914-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/033914-2026",
"datePublished": "2026-04-14T16:19:26+01:00",
"format": "text/html"
}
]
},
"language": "en"
}