Loading page content…
Loading page content…
48 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
**Documents relating to this Tender can be found at https://www.mytenders.co.uk/ ** Please note if you are not already registered you will be required to register to use the search function. EEM seek to put in place a fully managed, neutral vendor National framework providing public sector bodies with a single, easy-to-use portal to procure Print, Fulfilment, and Mailing goods and services. From printed materials and bulk mailings to secure document fulfilment, buyers can access a wide range of suppliers through one streamlined digital platform—ensuring compliance, cost efficiency, and service flexibility for a period of 48 months. Full details of the framework scope are set out in the specification. The Framework Agreement will be open for use by all Public Sector organisations within the United Kingdom. The Indicative total contract value of this Framework Agreement over the full term of the contract has been calculated to be £30,000,000. EEM does not guarantee any volumes of business in respect of this Framework Agreement and any figures detailed as part of this ITT are estimates for information purposes only. EEM is seeking to establish a single-supplier Framework Agreement with a Neutral Vendor responsible for delivering a fully managed, end-to-end procurement portal for the provision of Print, Fulfilment and Mailing Services. This Framework is designed to offer public sector buyers a centralised online platform through which they can access a wide range of compliant and competitively priced services, delivered by an ecosystem of pre-approved supply chain partners managed by the Neutral Vendor. The appointed Neutral Vendor will act as the single point of access for all services under the Framework, ensuring a streamlined, transparent and efficient procurement route. The Neutral Vendor will be responsible for managing supplier relationships, service delivery, reporting, and quality assurance across all lots and service categories. This approach ensures flexibility and choice for Contracting Authorities, while reducing administrative burden and maximising value for money. The objectives of the Framework are: 1. Provide a single point of access for public bodies to procure print, fulfilment and mailing services efficiently. 2. Ensure a fully managed service, where the vendor oversees supplier management, order processing, and reporting. 3. Enhance transparency and cost efficiency by allowing price comparisons and budget tracking. 4. Promote sustainability and digital transformation by offering paperless workflows and eco-friendly procurement options. 5. Improve service accessibility through a user-friendly digital platform with real-time tracking and analytics. The appointed vendor will be responsible for: 1. Developing and maintaining a procurement portal to facilitate seamless transactions. 2. Onboarding and managing suppliers across different print, fulfilment and mailing service categories. 3. Ensuring compliance with public sector procurement regulations and required data standards. 4. Providing customer support and training for buyers and suppliers using the platform. 5. Delivering analytics and reporting capabilities for spend analysis, usage tracking, and sustainability metrics. EEM considers this Framework will help: 1. Enable EEM members, whether existing or future, and the wider public sector to call off services in an efficient and compliant way. 2. Provide access to a vetted list of suppliers, significantly reducing the time and effort needed to conduct individual procurements. 3. Ensure that all purchases meet legal and regulatory requirements, such as the Procurement Act 2023. 4. Provide better value to the buyer by creating a fairer and more efficient supply chain, whilst consolidating purchasing power to negotiate better pricing and terms. 5. Provide clear, pre-negotiated pricing structures, enabling buyers to achieve greater value for money. 6. Ensure access to cutting-edge and specialised solutions. 7. Allows buyers to better manage their purchases in line with ever changing requirements. 8. Encourages greater innovation and quality by providing access to innovative products and services, including from niche vendors, ensuring buyers can procure the latest technology, solutions and services. 9. Promote competition among suppliers, driving competition and higher quality standards. 10. Reduce procurement risks by offering contracts with established suppliers that adhere to framework terms and conditions.
£30,000,000
Contract value
Efficiency East Midlands (EEM) are conducting this tender exercise to procure a Retrofit, Insulation and Associated Works Framework to replace our existing Framework which will expire on 3rd April 2026. The Framework will provide EEM Members with a provision for the design, enabling and installation of various types of insulation as described within the tender documents along with all associated works to aid with improving the thermal performance of our membership's property stock. Works delivered via this framework will be to domestic and commercial properties. Domestic properties will typically be consisting of a mixture of domestic housing stock, bungalows, blocks of flats, and sheltered housing schemes as well as garages, and depots and any other building owned and/or managed by our membership. Commercial properties will include but not be limited to business units, office buildings, hospitals and care facilities, academies, schools, colleges, universities, education centres, student accommodation, homes and care facilities for older people, children's homes and centres, community centres, leisure centres and gyms, libraries, pavilions, changing rooms and public toilets, outdoor leisure facilities, car parks, industrial units, depots, and garages. The Framework is being split into the following geographical lots: • Lot 1 - Midlands • Lot 2 - National Coverage Lot 1 is being created to support Members by providing retrofit, insulation and associated works for properties located within the Midlands region. Lot 2 is being created to support Members by providing retrofit, insulation and associated works for properties located across England and Wales. Contractors (and/or subcontractors) must be a Member of a relevant Competent Person Scheme or Trade Association to be awarded a place on the Framework, including this requirement gives our Members confidence that they are appointing competent and compliant contractors. This will include but not limited to: Trustmark Accreditation PAS2030:2023, PAS 2035:2023 and PAS2038:2021 National Insulation Association (NIA), Cavity Insulation Guarantee Agency (CIGA), Solid Wall Insulation Guarantee Agency (SWIGA), Insulation Assurance Authority (IAA) or equivalent MCS Accreditation FENSA or equivalent NICEIC/ECA or equivalent Gas Safety Certification The documents are available on Delta eSourcing from Monday 8th September 2025 with a submission deadline of Monday 8th December 2025. The call-off contract's to be awarded pursuant to the Framework Agreements to be entered at conclusion of the procurement exercise begun by publication of the Contract Notice may extend for a duration of up to five years beyond expiry of the four-year term of the Framework Agreement. Please note that the total potential framework value stated within this notice is in relation to the full 4-year framework and takes into consideration the lot structure, length of call off contracts and that the EEM membership may grow over the framework lifetime. Where the contract notice states a maximum of suppliers to be appointed to the Framework, EEM reserves the right to appoint less than the numbers stated. The Framework is being procured by EEM on behalf of the organisations that have been accepted as authorised users. Authorised users are classed as any current company law member, any future company law members and any user that has been authorised access to the frameworks and other public procurement tools provided by EEM. EEM is incorporated as a company limited by guarantee and is owned and governed by a small number of organisations who make up our 'Company Law Members', all of which are Contracting Authorities in their own right. The Framework Agreements being procured by the procurement exercise begun by publication of the Contract Notice will be entered by EEM as the Contracting Authority which will have undertaken and completed that procurement exercise. Any reference in the Contract Notice or tender documents to Contracting Authority is deemed to be and include a reference to EEM. The organisations entitled to access and use the Framework Agreements to be awarded at conclusion of the procurement exercise begun by publication of the Contract Notice are: Any current EEM Member - being an organisation which is a Company Law Member of EEM at the date of this Contract Notice and being one of the organisations who owns and governs EEM; Any Future Member of EEM, from time to time Company Law Members and the EEM Board may appoint additional organisations to become Company Law Members. All Future Members will also be Contracting Authorities in their own right; and A Framework User - being an organisation who has signed and agreed to the terms of accessing EEM Frameworks and who is authorised to access the frameworks and other public procurement tools provided by EEM. EEM frameworks may accessed by all publicly funded organisations. Frameworks can be used by any organisation that falls in to one or more of the categories listed below and can be identified through the links provided as users in accordance with the Public Contracts Regulations 2015 or the Procurement Act 2023. The list of potential framework users below is not exhaustive of all organisations who can utilise EEM services, access will be granted to any publicly funded organisation. Registered Social Landlords in England and Wales, including but not limited to: 1. Registered Social Landlords in England and Wales, including but not limited to https://www.gov.uk/government/publications/registered-providers-of-social-housing. 2. Local Authorities, including but not limited to England and List of councils in Wales. 3. National Health Service (NHS) bodies including NHS Trusts, foundation trusts, Integrated Care Boards or Partnerships, GP federations and other health and social care providers within England and Wales. 4. All emergency services including Police Forces, fire and rescue departments and emergency medical services. 5. All education establishments including but not limited to, schools maintained by local authorities, academy trusts, colleges, universities and other further education establishments. 6. Registered Charities with a relevant link to the core purpose and services provided by EEM. 7. All other contracting authorities as defined in the Public Contracts Regulations 2015 or the Procurement Act 2023.
£1,240,000,000
Contract value
EEM is seeking to put in place a fully managed, single supplier National framework providing public sector bodies with a single, easy-to-use Technology Consultancy services framework to Support Public Sector Transformation, Innovation, and Digital Delivery that provides best possible value and service to our members and the wider public sector. This framework will enable public bodies to access a trusted, strategic partner capable of delivering diagnostic, advisory, and delivery support across all stages of technology enabled change. It will include initial assessment through to implementation and post-delivery review. The framework’s structure, governance, and commercial model are designed to simplify access, improve transparency, and ensure better outcomes for public sector buyers. A key feature of this framework is the inclusion of a no or at cost diagnostic phase at the outset of any engagement. This ensures buyers fully understand their needs before commissioning further work, without having to commit excessive resources. In accordance with the flexibility permitted under the Competitive Flexible Procedure, EEM will shortlist between three (3) and five (5) of the highest-scoring suppliers at the PSQ stage to progress to the Invitation to Tender (ITT). This approach is required to ensure a proportionate, efficient, and manageable evaluation process, given the anticipated scope and complexity of the requirement. It also reduces unnecessary bidding burden on suppliers and allows the authority to focus detailed ITT activity on those suppliers who have demonstrated the highest capability and relevance at the selection stage. The shortlisting criteria will be objective, transparent, and based solely on PSQ scoring, as set out in the Supplier Questionnaire below. All suppliers will be treated equally and fairly. The objectives of the Framework are to: 1. Simplify access to technology consultancy expertise. 2. Improve financial transparency and cost predictability. 3. Give faster mobilisation and reduced procurement overheads. 4. Give greater inclusion of SMEs through a structured supply chain model. 5. Enhance alignment between strategy, procurement, and delivery. 6. Provide better outcomes and reduced waste of public funds. The appointed vendor will be responsible for: 1. Providing initial diagnostics and advisory services directly to clients. 2. Determining whether delivery should continue in-house or through a transparent, managed SME supply chain. 3. Ensuring full visibility of cost, delivery model, and performance across all engagements. 4. Maintaining an open and evolving network of SME partners, ensuring diversity, innovation, and regional/local capability are fully represented. This approach simplifies access for buyers and supports extensive SME participation through a structured and equitable delivery ecosystem. EEM considers this Framework will help: 1. Enable EEM members, whether existing or future, and the wider public sector to call off services in an efficient and compliant way. 2. Provide access to a vetted list of suppliers, significantly reducing the time and effort needed to conduct individual procurements. 3. Ensure that all purchases meet legal and regulatory requirements, such as the Procurement Act 2023. 4. Provide better value to the buyer by creating a fairer and more efficient supply chain, whilst consolidating purchasing power to negotiate better pricing and terms. 5. Provide clear, pre-negotiated pricing structures, enabling buyers to achieve greater value for money. 6. Ensure access to cutting-edge and specialised solutions. 7. Allows buyers to better manage their purchases in line with ever changing requirements. 8. Encourages greater innovation and quality by providing access to innovative products and services, including from niche vendors, ensuring buyers can procure the latest technology, solutions and services. 9. Promote competition among suppliers, driving competition and higher quality standards. 10. Reduce procurement risks by offering contracts with established suppliers that adhere to framework terms and conditions.
£50,000,000
Contract value
Efficiency East Midlands (EEM) are conducting this tender exercise to procure a Windows and Doors Framework to replace our existing Framework which will expire on 17th April 2026. The Framework will provide EEM Members with a provision for the supply only and supply and installation of windows and doors described within the tender documents. Works delivered via this framework will be to domestic and commercial properties. Domestic properties will typically be consisting of a mixture of domestic housing stock, bungalows, blocks of flats, and sheltered housing schemes as well as garages, and depots and any other building owned and/or managed by our membership. Commercial properties will include but not be limited to business units, office buildings, hospitals and care facilities, academies, schools, colleges, universities, education centres, student accommodation, homes and care facilities for older people, children's homes and centres, community centres, leisure centres and gyms, libraries, pavilions, changing rooms and public toilets, outdoor leisure facilities, car parks, industrial units, depots, and garages. The framework will be split into the following lots: Lot 1 - Supply only of Windows and Doors Sub Lot 1 - Midlands Sublot 2 - National Coverage Lot 2 - Supply and Installation of Windows and Doors Sub Lot 1 - Midlands Sublot 2 - National Coverage Lot 1 is being created for the Supply only of UPVC Windows, doors and Composite Doors to a site or sites owned by EEM Members. Lot 2 is being created for the Supply and Installation of UPVC Windows, doors and Composite Doors to a site or sites owned by EEM Members. Contractors (and/or subcontractors) must be a Member of a relevant Competent Person Scheme or Trade Association to be awarded a place on the Framework, including this requirement gives our Members confidence that they are appointing competent and compliant contractors. This will include but not limited to: •Surveyors are to be qualified to NVQ Level 3 in Fenestration Surveying or have the relevant experience to undertake Fenestration Surveying to a high standard. •Health and Safety Certification Accredited by UKAS Accredited Certification Body. Examples: • CHAS/ Exor • SafeSupplier • Acclaim •FENSA Approved Installers • SafeContractor • Construction Skills Certification Scheme (CSCS) - General Labour and any CSCS cards relevant to the works being undertaken. The documents will be available on Delta eSourcing from Wednesday October 2025 with a submission deadline of Monday 22nd December 2025. The call-off contracts to be awarded pursuant to the Framework Agreements to be entered at conclusion of the procurement exercise begun by the publication of the Contract Notice may extend for a duration of five years beyond expiry of the four-year term of the Framework Agreement. Please note that the total potential framework value takes into consideration the lot structure, length of call off contracts and that the EEM membership may grow over the framework lifetime. The potential value stated within this notice is in relation to the full four year framework and the total potential value of £200,000,000 will be split into Lot 1 £140,000,000 and Lot 2 £60,000,000, with an estimated NHS spend of £5,000,000 across both lots. Where the contract notice states a maximum of suppliers to be appointed to the framework, EEM reserve the right to appoint les than the numbers stated. The framework being procured by EEM on behalf of the organisations that have been accepted as authorised users. Authorised users are classed as any current company law member, any future company law members and any user that has been authorised access to the frameworks and other public procurement tools provided by EEM. EEM is incorporated as a company limited by guarantee and is owned and governed by a small number of organisations who make up our 'Company Law Members', all of which are Contracting Authorities in their own right. The Framework Agreements being procured by the procurement exercise begun by the publication of the Contract Notice will be entered by EEM as the Contracting Authority which will have undertaken and completed that procurement exercise. Any reference in the Contract Notice or tender documents to Contracting Authority is deemed to be and include a reference to EEM. The organisations entitled to access and use the Framework Agreements to be awarded at conclusion of the procurement exercise by publication of the Contract Notice are: Any current EEM Member - being an organsation which is a Company Law Member of EEM at the date this Contract Notice and being one of the organisations who owns and governs EEM; Any Future Member of EEM, from time to time Company Law Members and The EEM Board may appoint additional organisations to become Company Law Members. All future Members will also be Contracting Authorities in their own right; and; A Framework User - being an organisation who has signed and agreed to the terms of accessing EEM Frameworks and who is authorised to access the frameworks and other public procurement tools provided by EEM. EEM frameworks may accessed by all publicly funded orgainsations. Frameworks can be used by any organisation that falls in to one or more of the categories listed below and can be identified through the links provided as users with the Public Contracts Regulations 2015 or the Procurement Act 2023. The list of potential framework users below is not an exhaustive of all orgainsations who can utilise EEM services, access will be granted to any publicly funded organisation. Registered Social Landlords in England and Wales, including but not limited to: 1. Registered Social Landlords in England and Wales, including but not limited to https://www.gov.uk/government/publications/registered-providers-of-social-housing 2. Local Authorities, including but not limited to England and list of council in Wales. 3. National Health Services (NHS) bodies including NHS Trusts, foundation trusts, Integrated Care Boards or Partnerships, GP federations and other health and social care providers within England and Wales. 4. All emergency services including Police Forces, fire and rescue departments and emergency medical services. 5. All education establishments including but not limited to, schools maintained by local authorities, academy trusts, colleges, universities and other further education establishments. 6. Registered Charities with a relevant link to the core purpose and services provided by EEM. 7. All other contracting authorities as defined in the Public Contracts Regulations 2015 or the Procurement Act 2023.
£200,000,000
Contract value
Efficiency East Midlands Limited (EEM) are conducting this tender exercise to procure a Lifts and Mobility Lift Solutions Framework to replace our existing Frameworks (EEM0075 Lift Installation, Refurbishment, Servicing and Maintenance Works Framework and EEM0050 Stairlifts, Hoists and Disabled Adaptations Framework) which will expire on 18th April 2026. EEM are looking to run a procurement exercise to establish a Framework of Contractors to undertake Lifts and Mobility Lift Solutions, the Framework will be split into the following Lots: • Lot 1 - Lift Installation and Refurbishment • Lot 2 - Lift Maintenance and Servicing • Lot 3 - Mobility Lift Solutions Services delivered via this Framework will be to domestic and commercial properties. Lot 1 is being created to support Members undertake the safe and compliant installation of new bespoke through floor lifts solutions or refurbishment and modernisation works to existing lifts. Lot 2 is being created to support Members undertake the safe and compliant maintenance & servicing of all types of existing through floor lift solutions. The Framework servicing and maintenance programme will provide assurance to members with existing equipment life expectancy through regular preventative maintenance to enhancing lift reliability and performance whilst reducing running costs and maximising energy efficiency. Lot 3 is being created to support Members undertake the safe and compliant Mobility Solutions such as supply and installation of stairlifts, hoists and disabled adaptations. Stairlift installations and servicing will cover a varied scope of stairlifts in different heights, seat widths and to suit curved and straight staircases and a range of budgets. This lot will be further divided into geographical sub-lots. The call-off contract's to be awarded pursuant to the Framework Agreements to be entered at conclusion of the procurement exercise begun by publication of the Contract Notice may extend for a duration of up to five years beyond expiry of the four-year term of the Framework Agreement. Please note that the total potential framework value stated within this notice is in relation to the full 4-year framework and takes into consideration the lot structure, length of call off contracts and that the EEM membership may grow over the framework lifetime. Where the contract notice states a maximum of suppliers to be appointed to the Framework, EEM reserves the right to appoint less than the numbers stated. The Framework is being procured by EEM on behalf of the organisations that have been accepted as authorised users. Authorised users are classed as any current company law member, any future company law members and any user that has been authorised access to the frameworks and other public procurement tools provided by EEM. EEM is incorporated as a company limited by guarantee and is owned and governed by a small number of organisations who make up our 'Company Law Members', all of which are contracting Authorities in their own right. The Framework Agreements being procured by the procurement exercise begun by publication of the Contract Notice will be entered by EEM as the Contracting Authority which will have undertaken and completed that procurement exercise. Any reference in the Contract Notice or tender documents to Contracting Authority is deemed to be and include a reference to EEM. The organisations entitled to access and use the Framework Agreements to be awarded at conclusion of the procurement exercise begun by publication of the Contract Notice are: Any current EEM Member - being an organisation which is a Company Law Member of EEM at the date of this Contract Notice and being one of the organisations who owns and governs EEM; Any Future Member of EEM, from time to time Company Law Members and the EEM Board may appoint additional organisations to become Company Law Members. All Future Members will also be Contracting Authorities in their own right; and A Framework User - being an organisation who has signed and agreed to the terms of accessing EEM Frameworks and who is authorised to access the frameworks and other public procurement tools provided by EEM. EEM frameworks may accessed by all publicly funded organisations. Frameworks can be used by any organisation that falls in to one or more of the categories listed below and can be identified through the links provided as users in accordance with the Procurement Act 2023. The list of potential framework users below is not exhaustive of all organisations who can utilise EEM services, access will be granted to any publicly funded organisation. Registered Social Landlords in England and Wales, including but not limited to: 1. Registered Social Landlords in England and Wales, including but not limited to https://www.gov.uk/government/publications/registered-providers-of-social-housing. 2. Local Authorities, including but not limited to England and List of councils in Wales. 3. National Health Service (NHS) bodies including NHS Trusts, foundation trusts, Integrated Care Boards or Partnerships, GP federations and other health and social care providers within England and Wales. 4. All emergency services including Police Forces, fire and rescue departments and emergency medical services. 5. All education establishments including but not limited to, schools maintained by local authorities, academy trusts, colleges, universities and other further education establishments. 6. Registered Charities with a relevant link to the core purpose and services provided by EEM. 7. All other contracting authorities as defined in the Procurement Act 2023.
£100,000,000
Contract value
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.
£500,000,000
Contract value
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.
£500,000,000
Contract value
Efficiency East Midlands (EEM Ltd) is a procurement consortium which establishes and manages a range of Frameworks and DPS agreements. Our members include organisations providing services to the whole public sector including Housing Associations, Local Authorities, NHS Trusts, Education Providers and Emergency Services. For more information on EEM and our offering please visit: https://eem.org.uk/ In September 2021 EEM launched a DPS for Property Maintenance Works for contracts with a value of under £150,000. Due to current market conditions, EEM wishes to increase the value of contracts by awarding two additional categories to increase the contract value to £1,500,000. This notice covers the creation of the two new categories. EEM is conducting this tender exercise to establish a dynamic purchasing system (DPS) consisting of contractors who can undertake wide scope of property maintenance works including internal, external, and whole house improvement and maintenance works. The DPS has been set up to complement our existing Property Improvement Works Framework (EEM0056) to enable greater competition and choice to members. The DPS supports members looking to source suitable contractors to carry out property improvement and maintenance works including internal, external, and whole house improvement and maintenance works to a single or multiple occupied and void properties. The DPS initial application period will run until 23rd January 2023 and EEM will then review all applications received during the initial application period from 24th January 2023. Organisations appointed on to the DPS will receive a DPS Agreement to sign and return. The additional categories for the DPS being advertised through this opportunity will commence on 6th February 2023 ending on 26th September 2026 to fall in line with the existing DPS. Applicants can submit an application to join the DPS at any point during the DPS term and will have the option to apply for the three existing value categories.
£50,000,000
Contract value
Showing 41–48 of 48 contracts