Notice Information
Notice Title
NEPO537 Payments, Appointeeships & Disbursements Services (PADS)
Notice Description
NEPO in collaboration with ESPO and YPO are seeking to establish a new solution in relation to the supply of Prepaid, Corporate and Appointeeship payments. It is envisaged that the solution will comprise four lots: Lot 1 - Prepaid Payments, providing prepaid card accounts that operate like standard debit cards but without an overdraft facility, enabling secure, controlled fund disbursement; Lot 2 - Corporate Payments, offering commercial procurement cards (P-Cards) to streamline purchasing, enhance spend visibility and deliver process efficiencies; Lot 3 - Appointeeship & Deputyship Accounts, designed to manage direct payments, appointee and deputyship programmes, with strong safeguarding, spend controls, and real-time monitoring; Lot 4 - Fund Disbursements, enabling authorities to make high-volume, secure, and instant digital payments for purposes such as grants, payroll, hardship funds, and emergency support.
Lot Information
Lot 1 - Prepaid Payments
Prepaid Payments provide Contracting Authorities with a controlled mechanism for distributing and managing funds by preloading balances for use across approved payment channels. Solutions may support physical and virtual payment instruments and enable payments to merchants, service providers and individuals, including online and in-person transactions, bill payments and, where required, cash withdrawals, without extending credit or overdraft facilities.
Renewal: A period of 48 months with the option to extend for two further periods of 12 months. The Framework Agreement is anticipated to exceed 48 months in duration. This is due to the commercial and contractual complexity of the Framework Agreement combined with the cost of administrating the procurement for NEPO, ESPO, YPO, Contracting Authorities and Suppliers.
Corporate PaymentsCorporate Payments (aka Commercial Procurement Cards, P-Cards, Purchasing Cards, Corporate Cards) provide public sector organisations with a secure and efficient mechanism for managing and settling operational expenditure outside of traditional purchase to pay processes. These solutions support a range of payment types and instruments, enabling the controlled purchase of goods and services while aligning with public sector governance, transparency and audit requirements. Corporate Payments typically operate using a centrally managed credit or settlement arrangement established by the Contracting Authority with the payment provider. Transactions are consolidated and settled on an agreed billing cycle, providing visibility of spend at both organisational and transactional levels. The timing of settlement may influence any applicable rebates or commercial benefits, incentivising timely reconciliation and effective financial management.
Renewal: A period of 48 months with the option to extend for two further periods of 12 months. The Framework Agreement is anticipated to exceed 48 months in duration. This is due to the commercial and contractual complexity of the Framework Agreement combined with the cost of administrating the procurement for NEPO, ESPO, YPO, Contracting Authorities and Suppliers.
Appointee & Deputyship AccountsThis lot is designed to address the complex, sensitive, and often high-risk financial requirements associated with supporting vulnerable individuals and households. It encompasses the disbursement, management, and oversight of funds provided by Contracting Authorities to individuals eligible for social care and related support, including direct payments, personal budgets, and managed or partially managed accounts. This lot will enable Contracting Authorities to manage funds efficiently, securely, and in a timely manner, supporting personalisation by empowering recipients to arrange and manage their own care and support services in line with assessed needs and statutory guidance. This lot includes support for Appointeeship and Deputyship arrangements, where individuals require support to manage their financial affairs. In such cases, Contracting Authorities or formally appointed representatives act as Corporate Appointees or Deputies, enabling them to manage day-to-day expenditure on behalf of service users.
Renewal: A period of 48 months with the option to extend for two further periods of 12 months. The Framework Agreement is anticipated to exceed 48 months in duration. This is due to the commercial and contractual complexity of the Framework Agreement combined with the cost of administrating the procurement for NEPO, ESPO, YPO, Contracting Authorities and Suppliers.
Fund DisbursementsThis lot is focused on enabling Contracting Authorities to deliver fast, secure and controlled Fund Disbursements using modern payment mechanisms. The primary outcome is to improve the speed, accessibility and effectiveness of distributing funds at scale, while maintaining strong governance, transparency and value for money. This lot will support the disbursement of funds for a range of use cases, including grants, hardship funds, emergency assistance, payroll-related payments (where applicable), and other targeted financial interventions. Supplier solutions should enable Contracting Authorities to distribute funds quickly through secure digital channels, particularly in time-critical or high-volume scenarios, while retaining appropriate oversight and assurance. This includes the provision of physical or digital Vouchers, Wallets and other similar Fund Disbursement mechanisms that can be issued individually or in bulk and delivered instantly via channels such as email, SMS or QR code. Solutions should enable real-time visibility of issuance and redemption, configurable controls over where and how funds can be used, and straightforward reconciliation to support audit and financial management.
Renewal: A period of 48 months with the option to extend for two further periods of 12 months. The Framework Agreement is anticipated to exceed 48 months in duration. This is due to the commercial and contractual complexity of the Framework Agreement combined with the cost of administrating the procurement for NEPO, ESPO, YPO, Contracting Authorities and Suppliers.
Planning Information
NEPO intends to hold meetings with interested suppliers via Microsoft Teams during the period from week commencing 1st December 2025 to 9th January 2026. A presentation will be given by NEPO and there will be an opportunity to ask questions in the session. Time slots will be provided to those whom express an interest in attending a session by contacting corporate.services@nepo.org. Attendance at the Microsoft Teams meeting is optional and does not provide suppliers with an advantage in any future related procurement. Attendance also does not constitute as an intention to tender for any future related procurement. Please note the above information may be subject to change and is indicative only. NEPO also intend to publish a preliminary market engagement questionnaire via Open e-Tendering system (www.open-uk.org). (https://www.open uk.org).) The questionnaire responses will help NEPO design the framework by providing the level of market interest and provide insight from suppliers on the shaping of the future provision. The questionnaire will be made accessible via the Open e-Tendering system on 5th December 2025 with a submission deadline of 12:00 noon on 9th January. Suppliers wishing to access and complete the questionnaire must first register on the e-Tendering system using the following link https://www.open uk.org (https://www.open-uk.org) For guidance on how to create an account or submit your questionnaire response through Open, please visit https://www.open-hub.org/training (https://www.open-hub.org/training) to access the available Training Guides. If you need technical assistance from the Open Support team, this can be requested via open.support@nepo.org. PLEASE NOTE: Open is accessible 24/7 however, technical support is available Monday to Thursday 08:30 - 17:00 and Friday 08:30 - 16:30.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05e7b7
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/018905-2026
- 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
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
30 - Office and computing machinery, equipment and supplies except furniture and software packages
48 - Software package and information systems
66 - Financial and insurance services
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
30160000 - Magnetic cards
48812000 - Financial information systems
66000000 - Financial and insurance services
66110000 - Banking services
66133000 - Processing and clearing services
66171000 - Financial consultancy services
66172000 - Financial transaction processing and clearing-house services
72212451 - Enterprise resource planning software development services
72222300 - Information technology services
72261000 - Software support services
Notice Value(s)
- Tender Value
- ÂŁ6,000,000,000 ÂŁ1B-ÂŁ10B
- Lots Value
- ÂŁ6,000,000,000 ÂŁ1B-ÂŁ10B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 3 Mar 20261 months ago
- Submission Deadline
- 24 Mar 2026Expired
- Future Notice Date
- 24 Jan 2026Expired
- Award Date
- Not specified
- Contract Period
- 19 Sep 2026 - 20 Sep 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
- THE ASSOCIATION OF NORTH EAST COUNCILS 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
- GATESHEAD
- Postcode
- NE8 3DF
- Post Town
- Newcastle upon Tyne
- Country
- England
-
- Major Region (ITL 1)
- TLF East Midlands (England)
- Basic Region (ITL 2)
- TLF2 Leicestershire, Rutland and Northamptonshire
- Small Region (ITL 3)
- TLF22 Leicestershire CC and Rutland
- Delivery Location
- Not specified
-
- Local Authority
- Blaby
- Electoral Ward
- Enderby
- Westminster Constituency
- South Leicestershire
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/018905-2026
3rd March 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/076606-2025
24th November 2025 - Preliminary market engagement notice on Find a Tender
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-05e7b7-2026-03-03T12:38:38Z",
"date": "2026-03-03T12:38:38Z",
"ocid": "ocds-h6vhtk-05e7b7",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-05014821",
"name": "The Association of North East Councils Limited",
"identifier": {
"scheme": "GB-COH",
"id": "05014821"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PYVX-2132-JNMM"
}
],
"address": {
"streetAddress": "Northern Design Centre",
"locality": "Gateshead",
"postalCode": "NE8 3DF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC22"
},
"contactPoint": {
"email": "cdpnepoteam@nepo.org"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.nepo.org",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PMRV-4748-MNJV",
"name": "Yorkshire Purchasing Organisation",
"identifier": {
"scheme": "GB-PPON",
"id": "PMRV-4748-MNJV"
},
"address": {
"streetAddress": "41 Industrial Park",
"locality": "Wakefield",
"postalCode": "WF2 0XE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE45"
},
"contactPoint": {
"email": "contracts@ypo.co.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
],
"url": "https://www.ypo.co.uk/"
}
},
{
"id": "GB-PPON-PYDD-1122-TCVN",
"name": "Leicestershire County Council, trading as ESPO",
"identifier": {
"scheme": "GB-PPON",
"id": "PYDD-1122-TCVN"
},
"address": {
"streetAddress": "Barnsdale Way, Grove Park, Enderby",
"locality": "Leicester",
"postalCode": "LE19 1ES",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF22"
},
"contactPoint": {
"email": "tenders@espo.org"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.espo.org/",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-COH-05014821",
"name": "The Association of North East Councils Limited"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "NEPO intends to hold meetings with interested suppliers via Microsoft Teams during the period from week commencing 1st December 2025 to 9th January 2026. A presentation will be given by NEPO and there will be an opportunity to ask questions in the session. Time slots will be provided to those whom express an interest in attending a session by contacting corporate.services@nepo.org. Attendance at the Microsoft Teams meeting is optional and does not provide suppliers with an advantage in any future related procurement. Attendance also does not constitute as an intention to tender for any future related procurement. Please note the above information may be subject to change and is indicative only. NEPO also intend to publish a preliminary market engagement questionnaire via Open e-Tendering system (www.open-uk.org). (https://www.open uk.org).) The questionnaire responses will help NEPO design the framework by providing the level of market interest and provide insight from suppliers on the shaping of the future provision. The questionnaire will be made accessible via the Open e-Tendering system on 5th December 2025 with a submission deadline of 12:00 noon on 9th January. Suppliers wishing to access and complete the questionnaire must first register on the e-Tendering system using the following link https://www.open uk.org (https://www.open-uk.org) For guidance on how to create an account or submit your questionnaire response through Open, please visit https://www.open-hub.org/training (https://www.open-hub.org/training) to access the available Training Guides. If you need technical assistance from the Open Support team, this can be requested via open.support@nepo.org. PLEASE NOTE: Open is accessible 24/7 however, technical support is available Monday to Thursday 08:30 - 17:00 and Friday 08:30 - 16:30.",
"dueDate": "2026-01-09T23:59:59Z",
"status": "scheduled"
}
],
"documents": [
{
"id": "076606-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/076606-2025",
"datePublished": "2025-11-24T16:01:49Z",
"format": "text/html"
}
]
},
"tender": {
"id": "NEPO537",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "NEPO537 Payments, Appointeeships & Disbursements Services (PADS)",
"description": "NEPO in collaboration with ESPO and YPO are seeking to establish a new solution in relation to the supply of Prepaid, Corporate and Appointeeship payments. It is envisaged that the solution will comprise four lots: Lot 1 - Prepaid Payments, providing prepaid card accounts that operate like standard debit cards but without an overdraft facility, enabling secure, controlled fund disbursement; Lot 2 - Corporate Payments, offering commercial procurement cards (P-Cards) to streamline purchasing, enhance spend visibility and deliver process efficiencies; Lot 3 - Appointeeship & Deputyship Accounts, designed to manage direct payments, appointee and deputyship programmes, with strong safeguarding, spend controls, and real-time monitoring; Lot 4 - Fund Disbursements, enabling authorities to make high-volume, secure, and instant digital payments for purposes such as grants, payroll, hardship funds, and emergency support.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "30160000",
"description": "Magnetic cards"
},
{
"scheme": "CPV",
"id": "48812000",
"description": "Financial information systems"
},
{
"scheme": "CPV",
"id": "66000000",
"description": "Financial and insurance services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "GG",
"country": "GG",
"countryName": "Guernsey"
},
{
"region": "IM",
"country": "IM",
"countryName": "Isle of Man"
},
{
"region": "JE",
"country": "JE",
"countryName": "Jersey"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "GG",
"country": "GG",
"countryName": "Guernsey"
},
{
"region": "IM",
"country": "IM",
"countryName": "Isle of Man"
},
{
"region": "JE",
"country": "JE",
"countryName": "Jersey"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "30160000",
"description": "Magnetic cards"
},
{
"scheme": "CPV",
"id": "66110000",
"description": "Banking services"
},
{
"scheme": "CPV",
"id": "66133000",
"description": "Processing and clearing services"
},
{
"scheme": "CPV",
"id": "66171000",
"description": "Financial consultancy services"
},
{
"scheme": "CPV",
"id": "66172000",
"description": "Financial transaction processing and clearing-house services"
},
{
"scheme": "CPV",
"id": "72212451",
"description": "Enterprise resource planning software development services"
},
{
"scheme": "CPV",
"id": "72222300",
"description": "Information technology services"
},
{
"scheme": "CPV",
"id": "72261000",
"description": "Software support services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "GG",
"country": "GG",
"countryName": "Guernsey"
},
{
"region": "IM",
"country": "IM",
"countryName": "Isle of Man"
},
{
"region": "JE",
"country": "JE",
"countryName": "Jersey"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "30160000",
"description": "Magnetic cards"
},
{
"scheme": "CPV",
"id": "66000000",
"description": "Financial and insurance services"
},
{
"scheme": "CPV",
"id": "72222300",
"description": "Information technology services"
},
{
"scheme": "CPV",
"id": "72261000",
"description": "Software support services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "GG",
"country": "GG",
"countryName": "Guernsey"
},
{
"region": "IM",
"country": "IM",
"countryName": "Isle of Man"
},
{
"region": "JE",
"country": "JE",
"countryName": "Jersey"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "30160000",
"description": "Magnetic cards"
},
{
"scheme": "CPV",
"id": "66000000",
"description": "Financial and insurance services"
},
{
"scheme": "CPV",
"id": "72212451",
"description": "Enterprise resource planning software development services"
},
{
"scheme": "CPV",
"id": "72222300",
"description": "Information technology services"
},
{
"scheme": "CPV",
"id": "72261000",
"description": "Software support services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "GG",
"country": "GG",
"countryName": "Guernsey"
},
{
"region": "IM",
"country": "IM",
"countryName": "Isle of Man"
},
{
"region": "JE",
"country": "JE",
"countryName": "Jersey"
}
],
"relatedLot": "4"
}
],
"mainProcurementCategory": "services",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"method": "withAndWithoutReopeningCompetition",
"type": "open",
"buyerCategories": "NEPO is a Centralised Procurement Authority as defined in the Procurement Act 2023 (PA23), providing central purchasing activity on behalf of Contracting Authorities. This agreement will be made available to all current and future NEPO, ESPO and YPO Member and Associate Members. Current Associate Members are listed in the Associate Member section of the NEPO website at: www.nepo.org/associate-members NEPO intends to make the agreement available for use by all Contracting Authorities throughout all administrative regions of the UK (as defined by the Procurement Act 2023). A list of permissible users available at: http://www.nepo.org/associate-membership/permissible-users Organisations wishing to access the NEPO agreement will be required to register as a NEPO Associate Member in the first instance. Further information can be found at: www.nepo.org Further and full information regarding Contracting Authorities that may use the agreement can be found in the Procurement Documents.",
"description": "The NEPO537 Framework Agreement will operate as a multi-supplier Framework, providing Contracting Authorities with a compliant and flexible route to procure the required services. The Framework will establish the overarching terms, conditions, and maximum pricing parameters under which call-off contracts may be awarded. Prices submitted at tender stage will form the maximum rates applicable for the duration of the Framework Agreement, unless otherwise specified in the procurement documents. Any price review or adjustment during the framework term will follow the price review mechanism set out in the tender documentation. Contracting Authorities may award call-off contracts using one of the following compliant methods: Direct Award: Contracting Authorities may award directly to a Supplier without further competition under the Framework Agreement. In order to direct award, there must be two elements: (i) the core terms are set out and (ii) there is an \"objective mechanism\" for supplier selection. The objective mechanism is where an objective and transparent business or commercial reason exists, such as (but not limited to): * Where the Contracting Authority is procuring additional or repeat services and the supplier is an existing supplier - and to use an alternative supplier would result in disproportionate technical difficulties in operation or maintenance for the Contracting Authority. * Where an expression of interest has identified that no other suppliers on the solution are willing/able to deliver the call off. * Where there are objectively justifiable contextual reasons to make a direct award to a specific supplier, such as geographical requirements and/or Contracting Authority specific product/service requirements for their bespoke requirements. * Where any of the above list applies to multiple suppliers, that from those suppliers, the supplier with the lowest price for the requirements being procured shall be awarded. Responsibility for complying with, and the reason for, this call-off procedure lies with the Contracting Authority who will need to satisfy its internal procedures that this process can be utilised and ensure it maintains an audit rail of decision making. When an award without competition is made, the price will be based on the solution contracted tendered rates. The supplier rates can be improved (I.e. reduced) but must not exceed the capped tendered rates. Further Competition Where additional detail is required, or where the requirement cannot be met through Direct Award, a Further Competition will be undertaken. All Suppliers awarded to the Solution may be invited to participate in a further competition. At the discretion of a Contracting Authority, Suppliers may be initially requested to provide an Expression of Interest (EoI) for the project. Any Supplier not expressing an interest by the assigned deadline may not be invited to participate in the further competition at the discretion of a Contracting Authority and in accordance with any guidance issued. The criteria for evaluations at the further competition stage will be detailed by the Contracting Authority and included within the documentation issued at that stage. Contracting Authorities will utilise their own further competition documents. At further competition stage, Suppliers should be asked to provide a price based upon the actual requirements of the Contracting Authority. All rates provided within the Framework Agreement must not be exceeded but can be lowered to ensure a competitive bid. Contracting Authorities should expect to be provided with detailed pricing at the Call-off stage to ensure that the capped rates are not exceeded. The Contracting Authority can disqualify any Supplier who does exceed the tendered capped rates from the further competition process."
}
},
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2026-09-20T00:00:00+01:00",
"endDate": "2030-09-20T23:59:59+01:00",
"maxExtentDate": "2032-09-20T23:59:59+01:00"
},
"hasRenewal": true,
"status": "active",
"title": "Lot 1 - Prepaid Payments",
"description": "Prepaid Payments provide Contracting Authorities with a controlled mechanism for distributing and managing funds by preloading balances for use across approved payment channels. Solutions may support physical and virtual payment instruments and enable payments to merchants, service providers and individuals, including online and in-person transactions, bill payments and, where required, cash withdrawals, without extending credit or overdraft facilities.",
"value": {
"amountGross": 576000000,
"amount": 480000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 6
},
"selectionCriteria": {
"criteria": [
{
"description": "Suppliers for each lot will be selected based on legal, financial, and technical conditions of participation, including required regulatory accreditations, financial stability, and past contract performance and experience.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"renewal": {
"description": "A period of 48 months with the option to extend for two further periods of 12 months. The Framework Agreement is anticipated to exceed 48 months in duration. This is due to the commercial and contractual complexity of the Framework Agreement combined with the cost of administrating the procurement for NEPO, ESPO, YPO, Contracting Authorities and Suppliers."
}
},
{
"id": "2",
"title": "Corporate Payments",
"description": "Corporate Payments (aka Commercial Procurement Cards, P-Cards, Purchasing Cards, Corporate Cards) provide public sector organisations with a secure and efficient mechanism for managing and settling operational expenditure outside of traditional purchase to pay processes. These solutions support a range of payment types and instruments, enabling the controlled purchase of goods and services while aligning with public sector governance, transparency and audit requirements. Corporate Payments typically operate using a centrally managed credit or settlement arrangement established by the Contracting Authority with the payment provider. Transactions are consolidated and settled on an agreed billing cycle, providing visibility of spend at both organisational and transactional levels. The timing of settlement may influence any applicable rebates or commercial benefits, incentivising timely reconciliation and effective financial management.",
"status": "active",
"value": {
"amountGross": 5760000000,
"amount": 4800000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 6
},
"selectionCriteria": {
"criteria": [
{
"description": "Suppliers for each lot will be selected based on legal, financial, and technical conditions of participation, including required regulatory accreditations, financial stability, and past contract performance and experience.",
"forReduction": true
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-09-20T00:00:00+01:00",
"endDate": "2030-09-20T23:59:59+01:00",
"maxExtentDate": "2032-09-20T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "A period of 48 months with the option to extend for two further periods of 12 months. The Framework Agreement is anticipated to exceed 48 months in duration. This is due to the commercial and contractual complexity of the Framework Agreement combined with the cost of administrating the procurement for NEPO, ESPO, YPO, Contracting Authorities and Suppliers."
}
},
{
"id": "3",
"title": "Appointee & Deputyship Accounts",
"description": "This lot is designed to address the complex, sensitive, and often high-risk financial requirements associated with supporting vulnerable individuals and households. It encompasses the disbursement, management, and oversight of funds provided by Contracting Authorities to individuals eligible for social care and related support, including direct payments, personal budgets, and managed or partially managed accounts. This lot will enable Contracting Authorities to manage funds efficiently, securely, and in a timely manner, supporting personalisation by empowering recipients to arrange and manage their own care and support services in line with assessed needs and statutory guidance. This lot includes support for Appointeeship and Deputyship arrangements, where individuals require support to manage their financial affairs. In such cases, Contracting Authorities or formally appointed representatives act as Corporate Appointees or Deputies, enabling them to manage day-to-day expenditure on behalf of service users.",
"status": "active",
"value": {
"amountGross": 576000000,
"amount": 480000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 6
},
"selectionCriteria": {
"criteria": [
{
"description": "Suppliers for each lot will be selected based on legal, financial, and technical conditions of participation, including required regulatory accreditations, financial stability, and past contract performance and experience.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-09-20T00:00:00+01:00",
"endDate": "2030-09-20T23:59:59+01:00",
"maxExtentDate": "2032-09-20T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "A period of 48 months with the option to extend for two further periods of 12 months. The Framework Agreement is anticipated to exceed 48 months in duration. This is due to the commercial and contractual complexity of the Framework Agreement combined with the cost of administrating the procurement for NEPO, ESPO, YPO, Contracting Authorities and Suppliers."
}
},
{
"id": "4",
"title": "Fund Disbursements",
"description": "This lot is focused on enabling Contracting Authorities to deliver fast, secure and controlled Fund Disbursements using modern payment mechanisms. The primary outcome is to improve the speed, accessibility and effectiveness of distributing funds at scale, while maintaining strong governance, transparency and value for money. This lot will support the disbursement of funds for a range of use cases, including grants, hardship funds, emergency assistance, payroll-related payments (where applicable), and other targeted financial interventions. Supplier solutions should enable Contracting Authorities to distribute funds quickly through secure digital channels, particularly in time-critical or high-volume scenarios, while retaining appropriate oversight and assurance. This includes the provision of physical or digital Vouchers, Wallets and other similar Fund Disbursement mechanisms that can be issued individually or in bulk and delivered instantly via channels such as email, SMS or QR code. Solutions should enable real-time visibility of issuance and redemption, configurable controls over where and how funds can be used, and straightforward reconciliation to support audit and financial management.",
"status": "active",
"value": {
"amountGross": 288000000,
"amount": 240000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Suppliers for each lot will be selected based on legal, financial, and technical conditions of participation, including required regulatory accreditations, financial stability, and past contract performance and experience. There are no restrictions on the number of Suppliers that may be shortlisted for this lot all Suppliers meeting the Conditions of Participation will be invited to continue."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-09-20T00:00:00+01:00",
"endDate": "2030-09-20T23:59:59+01:00",
"maxExtentDate": "2032-09-20T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "A period of 48 months with the option to extend for two further periods of 12 months. The Framework Agreement is anticipated to exceed 48 months in duration. This is due to the commercial and contractual complexity of the Framework Agreement combined with the cost of administrating the procurement for NEPO, ESPO, YPO, Contracting Authorities and Suppliers."
}
}
],
"communication": {
"futureNoticeDate": "2026-01-24T23:59:59Z"
},
"status": "active",
"value": {
"amountGross": 7200000000,
"amount": 6000000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "This Procurement is being run under a multi-stage stage competitive procedure ('Competitive Flexible procedure') pursuant to section 20 of the Procurement Act 2023 ('the Act'). As such, this Notice provides further details of the Procurement and process for submitting Tenders. Suppliers' attention is drawn to the instructions set out in the Procurement Documents, which set out requirements which apply to all Suppliers participating in the Procurement. Suppliers should review the Procurement Documents, including the instructions, carefully before submitting a Tender, as failure to comply may lead to your Tender being excluded. Using the Competitive Flexible Procedure allows NEPO to design a process that is proportionate, transparent, and suited to the nature and complexity of the requirement. The procedure may include multiple stages, negotiation, refinement of requirements, and iterative tendering rounds where appropriate. The following steps outline the process that NEPO intends to follow: Initial Selection Stage NEPO will conduct an initial selection stage to assess supplier suitability, capability, and capacity. This includes checks relating to financial standing, technical ability, experience, and compliance with mandatory requirements. This initial stage will include the Procurement Specific Questionnaire (PSQ) and an overview, which sets out the requirements of the Framework Agreement. This document will allow suppliers to determine if they are interested in this opportunity and consider whether they have the required capability and capacity to deliver the Framework Agreement. Only suppliers who meet the minimum standards will progress to the next stage. The evaluation criteria and methodology which will be applied to assess the PSQ submission are set out in the Scoring Matrix, also accessed in the Procurement Documents. The PSQ Scoring Matrix clearly sets out which sections are scored on a 'Pass / Fail' basis to identify where Suppliers can be removed from the process. Following submission of the PSQ, NEPO will review each Supplier's Conditions of Participation response to determine whether the Conditions of Participation are satisfied. Where NEPO has determined that one or more Conditions of Participation are not met, NEPO reserves the right to exclude that organisation from further participation in the Procurement. NEPO expects to evaluate the PSQ submissions which have been submitted in accordance with the Invitation to Participate and Associated Procurement Documents to determine which suppliers satisfy the Conditions of Participation. The Framework Agreement will be a a multi supplier and multi lot solution. Those suppliers shortlisted from the initial stage will be invited to the full ITT stage. ITT Stage Those suppliers shortlisted from the initial stage and invited to tender will be evaluated in accordance with the award criteria contained within the Invitation to Tender documents. NEPO may also wish to enter into negotiations with suppliers inline with the requirements set out in the tender documents. NEPO also reserve the right not to enter into negotiations and award the Framework Agreement on the basis of the initial tender. The most advantageous tenders will be awarded the Framework Agreement. NEPO does not give any guarantee and/or warrant the actual value of the services (if any) which will be placed with the successful supplier by any Contracting Authority using the Framework Agreement pursuant to this process and accepts no liability thereof. In accordance with the Framework Agreement, each Contracting Authority will enter into a call-off contract. The call-off contract is to be entered into by both the Contracting Authority and successful supplier(s) and will be based on the terms and conditions of the Framework Agreement. This procedure ensures that NEPO can explore innovative solutions, refine requirements, and secure best value while maintaining fairness, transparency, and compliance throughout the procurement process. The opportunity can be accessed via the NEPO eTendering system. Suppliers wishing to be considered for this Framework must register their expression of interest and submit the Tender Questionnaire (PSQ) and subsequent tender response(s) through the Open eTendering System. Responses submitted via postal or email methods will not be accepted. If not already registered, suppliers should register on the NEPO eTendering System at https://www.open-uk.org/ (https://www.open-uk.org/) (https://www.open-uk.org/ (https://www.open-uk.org/)) If you need technical assistance from the Open Support team, this can be requested via open.support@nepo.org PLEASE NOTE: Open is accessible 24/7 however, technical support is available Monday - Thursday 8:30 - 5pm and Friday 8.30 - 4.30pm For guidance on how to submit your response through Open, please visit: https://www.openhub.org/training (https://www.open-hub.org/training) (https://www.open-hub.org/training (https://www.openhub.org/training)) to access the available Training Guides."
},
"participationFees": [
{
"id": "ocds-h6vhtk-05e7b7",
"type": [
"win"
],
"relativeValue": {
"proportion": 0.03,
"monetaryValue": "award"
},
"description": "NEPO operates a contract rebate arrangement whereby Suppliers are asked to repay NEPO a set percentage of each invoice in respect of orders placed by NEPO or any Contracting Authority accessing the Framework Agreement. The maximum rebate taken by NEPO against the value of awarded contracts will not exceed 3%"
}
],
"submissionMethodDetails": "The opportunity can be accessed via the NEPO eTender system, Open. Suppliers wishing to be considered for this Framework Agreement must register their expression of interest and submit the Tender Questionnaire (PSQ) through the Open eTendering System. If not already registered, suppliers should register on the NEPO eTendering System at https://www.open-uk.org/ Tender questionnaire (PSQ) responses must be submitted using the link above. Responses submitted via postal or email methods will not be accepted. If you need technical assistance from the Open Support team, this can be requested via open.support@nepo.org PLEASE NOTE: Open is accessible 24/7 however, technical support is available Monday - Thursday 8:30 - 5pm and Friday 8.30 - 4.30pm For guidance on how to submit your response through Open, please visit: https://www.openhub.org/training (https://www.open-hub.org/training) (https://www.open-hub.org/training (https://www.openhub.org/training)) to access the available Training Guides.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2026-04-02T12:00:00+01:00",
"enquiryPeriod": {
"endDate": "2026-03-24T12:00:00Z"
},
"awardPeriod": {
"endDate": "2026-09-09T23:59:59+01:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "018905-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/018905-2026",
"datePublished": "2026-03-03T12:38:38Z",
"format": "text/html"
}
]
},
"language": "en"
}