Buyer Name: Efficiency East Midlands
Buyer Address: Maisies Way, Alfreton, CA, DE55 2DS, Canada
Contact Name: Mark Stephens
Contact Email: mark@metaprocurement.org
Contact Telephone: +447973385737
Buyer Name: Efficiency East Midlands
Buyer Address: Maisies Way, Alfreton, CA, DE55 2DS, Canada
Contact Name: Mark Stephens
Contact Email: mark@metaprocurement.org
Contact Telephone: +447973385737
Buyer Name: Meta Procurement Ltd
Buyer Address: Peveril Drive, Nottingham, UKF14, NG7 1DE, United Kingdom
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.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/077031-2025
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Value: GBP 50,000,000
Lot 1 Value (Gross): GBP 60,000,000
Lot 1 Contract Start: 2026-03-10T00:00:00+00:00
Lot 1 Contract End: 2030-03-09T23:59:59+00:00
Lot 1 Award Criterion (quality): Technical (70%)
Lot 1 Award Criterion (price): Commercial (30%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-COH-07762614",
"name": "Efficiency East Midlands"
},
"date": "2025-11-25T17:07:38Z",
"id": "077031-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-058299",
"parties": [
{
"address": {
"country": "CA",
"countryName": "Canada",
"locality": " Alfreton",
"postalCode": "DE55 2DS",
"region": "CA",
"streetAddress": " Maisies Way"
},
"contactPoint": {
"email": "mark@metaprocurement.org",
"name": "Mark Stephens ",
"telephone": "+447973385737"
},
"details": {
"classifications": [
{
"description": "Public undertaking",
"id": "publicUndertaking",
"scheme": "UK_CA_TYPE"
}
],
"url": "https://metaprocurement.org/"
},
"id": "GB-COH-07762614",
"identifier": {
"id": "07762614",
"scheme": "GB-COH"
},
"name": "Efficiency East Midlands",
"roles": [
"buyer"
]
},
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Nottingham",
"postalCode": "NG7 1DE",
"region": "UKF14",
"streetAddress": "Peveril Drive "
},
"contactPoint": {
"email": "mark@metaprocurement.org",
"name": "Mark Stephens",
"telephone": "+447973385737"
},
"id": "GB-COH-13864148",
"identifier": {
"id": "13864148",
"scheme": "GB-COH"
},
"name": "Meta Procurement Ltd",
"roleDetails": "Procurement Lead",
"roles": [
"procuringEntity"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-03-09T23:59:59+00:00"
},
"description": "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.\nThis 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.\nThe framework\u2019s structure, governance, and commercial model are designed to simplify access, improve transparency, and ensure better outcomes for public sector buyers.\nA 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.\nIn 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).\nThis 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.\nThe 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.\nThe objectives of the Framework are to:\n1.\tSimplify access to technology consultancy expertise.\n2.\tImprove financial transparency and cost predictability.\n3.\tGive faster mobilisation and reduced procurement overheads.\n4.\tGive greater inclusion of SMEs through a structured supply chain model.\n5.\tEnhance alignment between strategy, procurement, and delivery.\n6.\tProvide better outcomes and reduced waste of public funds.\nThe appointed vendor will be responsible for:\n1.\tProviding initial diagnostics and advisory services directly to clients.\n2.\tDetermining whether delivery should continue in-house or through a transparent, managed SME supply chain.\n3.\tEnsuring full visibility of cost, delivery model, and performance across all engagements.\n4.\tMaintaining an open and evolving network of SME partners, ensuring diversity, innovation, and regional/local capability are fully represented.\nThis approach simplifies access for buyers and supports extensive SME participation through a structured and equitable delivery ecosystem.\nEEM considers this Framework will help:\n1.\tEnable EEM members, whether existing or future, and the wider public sector to call off services in an efficient and compliant way.\n2.\tProvide access to a vetted list of suppliers, significantly reducing the time and effort needed to conduct individual procurements.\n3.\tEnsure that all purchases meet legal and regulatory requirements, such as the Procurement Act 2023.\n4.\tProvide better value to the buyer by creating a fairer and more efficient supply chain, whilst consolidating purchasing power to negotiate better pricing and terms.\n5.\tProvide clear, pre-negotiated pricing structures, enabling buyers to achieve greater value for money.\n6.\tEnsure access to cutting-edge and specialised solutions.\n7.\tAllows buyers to better manage their purchases in line with ever changing requirements.\n8.\tEncourages 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.\n9.\tPromote competition among suppliers, driving competition and higher quality standards.\n10.\tReduce procurement risks by offering contracts with established suppliers that adhere to framework terms and conditions.",
"documents": [
{
"accessDetails": "Via My Tenders https://www.mytenders.co.uk/",
"documentType": "biddingDocuments",
"id": "future"
},
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2025-11-25T17:07:38Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "077031-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/077031-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-12-09T11:59:00+00:00"
},
"expressionOfInterestDeadline": "2025-12-16T11:59:00+00:00",
"id": "EEM 0081",
"items": [
{
"additionalClassifications": [
{
"description": "IT services: consulting, software development, Internet and support",
"id": "72000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "Technical and responsible procurement",
"name": "Technical",
"numbers": [
{
"number": 70.0,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Commercial",
"name": "Commercial",
"numbers": [
{
"number": 30.0,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2030-03-09T23:59:59+00:00",
"startDate": "2026-03-10T00:00:00+00:00"
},
"id": "1",
"status": "active",
"value": {
"amount": 50000000,
"amountGross": 60000000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"participationFees": [
{
"id": "ocds-h6vhtk-058299",
"relativeValue": {
"monetaryValue": "award",
"proportion": 0.01
},
"type": [
"win"
]
}
],
"procedure": {
"features": "The procurement will consist of the following stages:\nStage One \u2013 Selection Questionnaire (PSQ)\nBidders will be required to complete a Selection Questionnaire (PSQ) to demonstrate their organisational suitability, financial standing, relevant experience, and capacity to deliver the required services.\nResponses will be evaluated in accordance with the published selection criteria. Only the top 3 \u2013 5 bidders who meet the required standard will be invited to participate in the next stage of the process.\nStage Two \u2013 Invitation to Tender (Competitive Flexible Stage)\nShortlisted bidders will be invited to submit a full tender response, addressing both the Technical (Quality) and Commercial (Pricing) criteria.\nThe ITT will be evaluated in accordance with the published award criteria, which will assess overall quality, delivery approach, SME participation, and value for money.\nThis stage allows EEM to explore innovative delivery approaches while maintaining a competitive and transparent evaluation framework.\nStage Three \u2013 Clarification and Moderation (if required)\nWhere necessary, shortlisted bidders may be invited to attend a Clarification Meeting.\nThese meetings will not be scored but will be used to validate or explore elements of the written submission. Following these sessions, the evaluation panel may adjust moderated scores when justified by improved confidence in a bidder\u2019s ability to deliver.\nStage Four \u2013 Contract Award\nThe Framework Agreement will be awarded to the Bidder submitting the Most Advantageous Tender (MAT), based on a combination of quality (70%) and price (30%), in line with the evaluation criteria set out in this document.\nFollowing evaluation and moderation, all bidders will be notified of the outcome, and the mandatory standstill period will commence before award confirmation."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"status": "active",
"submissionMethodDetails": "https://www.mytenders.co.uk/",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"buyerCategories": "This Framework Agreement Technology Consultancy Services is for use by Contracting Authorities in the United Kingdom, British Overseas Territories, and Crown Dependencies that exist on 29 May 2025 ",
"description": "This is a single supplier framework. The framework supplier will provide an initial diagnostic service at either no cost or at cost recovery only, to help contracting authorities clearly define their needs, challenges, and desired outcomes before committing to wider consultancy or delivery activity. This diagnostic phase will enable informed investment decisions, ensuring public funds are spent only where there is a clear business case and achievable value.\nAward of contracts will be via direct award.",
"method": "withoutReopeningCompetition",
"type": "open"
},
"hasFrameworkAgreement": true
},
"title": "Technology Consultancy Services",
"value": {
"amount": 50000000,
"amountGross": 60000000,
"currency": "GBP"
}
}
}