Looking to bid on government tenders? See our TaaS tender preparation service
Tenders

Neutral Vendor for ICT Procurement

Open
Deadline
138 days left
August 31, 2026
Contract Details
Category
Restricted Procedure
Reference
033914-2026
Value
£600,000,000
Location
United Kingdom
Published
April 08, 2026
CPV Code
Project Timeline

Tender Published

April 14, 2026

Deadline for Questions

August 24, 2026

Submission Deadline

August 31, 2026

Contract Start Date

August 31, 2026

Buyer IntelligencePRO
🔒
Unlock Buyer Intelligence
See spending patterns, preferred procedures, and more.
Upgrade to Professional →
Budget
£600,000,000
Duration
48 months
Location
United Kingdom
Type
Restricted Procedure

Original Tender 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.

Risk Analysis

Risk analysis is not yet available for this country's tenders. Currently supported: Estonia, Latvia, Lithuania, Poland, France, UK, Denmark, Netherlands, Norway, and Finland.

Win Strategy

Get an AI-powered winning strategy tailored to this tender. Includes win probability score, key opportunities and challenges, recommended bid focus areas, competitive positioning insights, and actionable recommendations to maximize your chances.

Login

Competitors

Upgrade to see which companies are likely to bid on this tender, based on historical procurement data.

Login

Requirements & Qualifications

AI extracts and organizes all requirements from tender documents — mandatory qualifications, technical specifications, financial conditions, and submission rules — clearly categorized so you know exactly what's needed to bid.

Login

Basic Requirements

  • Company registration in EU required
  • Proven track record in similar projects
  • Financial stability documentation

Documents

3 documents available with AI summaries

OCDS RecordDOC
033914-2026_ocds_record.json

No summary available for this document.

OCDS Release PackageDOC
033914-2026_ocds_release.json

No summary available for this document.

Official PDF VersionPDF
033914-2026_official.pdf

No summary available for this document.

Documents Preview

Sign up to view document summaries and analysis

Quality Score

Comprehensive quality analysis of this tender scoring legal compliance, clarity, completeness, fairness, practicality, data consistency, and sustainability on a 0-100 scale with detailed breakdown and recommendations.

Login
New Service

Want us to handle this tender?

Our procurement experts prepare everything. Proven to work — you review, approve, and submit.

~1hYour time only
80%+80%+
$0Upfront
See full comparison
Without TaaSWith TaaS
40-80 hrs
Preparation time
~1 hr
Your time only
15-25%
Average win rate
80%+
Win rate
Risk of errors
Manual review
Expert QA
Compliance check
You do all
Handle everything
We do all
End-to-end service
Let's Win This Tender
Pay only when you win · 400+ companies trust us
Or do it yourself

Add to Pipeline