Tender

ICT Managed Services & Digital Transformation Solutions (1223)

  • Yorkshire Purchasing Organisation
  • The Association of North East Councils Limited

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-021549

Procurement identifier (OCID): ocds-h6vhtk-060615 (view related notices)

Published 10 March 2026, 5:49pm



Scope

Reference

1223

Description

YPO is looking to establish a framework for the delivery and supply of ICT Managed Services, Digital and Physical Document and Records Management, Print and Digital Communication Solutions and Digital Transformation projects.

The end customer will place orders directly with the Supplier following an Award Without Competition or Competitive Selection Process on a “contract” basis whereby the Supplier will deliver direct to the end customer on an agreed basis. Invoices and payments are dealt with directly between the end customer and the Supplier.

Commercial tool

Establishes a framework

Total value (estimated)

  • £500,000,000 excluding VAT
  • £600,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 4 December 2026 to 3 December 2030
  • 4 years

Main procurement category

Services

Contract locations

  • UK - United Kingdom

Lot constraints

Description of how multiple lots may be awarded:

Pillar 1 - ICT Managed Services

Pillar 2 - Digital and Physical Document and Records Management

Pillar 3 - Print and Digital Communications

Pillar 4 - Digital Transformation

Not the same for all lots

CPV classifications are shown in Lot sections, because they are not the same for all lots.


Lot 1. Pillar 1 - ICT Managed Services

Description

For the provision of ICT Managed Services to all public sector establishments.

Please view the specification for full details of Pillar 1.

Lot value (estimated)

  • £125,000,000 excluding VAT
  • £150,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 72000000 - IT services: consulting, software development, Internet and support
  • 50324100 - System maintenance services
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 32424000 - Network infrastructure
  • 32524000 - Telecommunications system
  • 32551100 - Telephone connections
  • 32561000 - Fibre-optic connections
  • 32571000 - Communications infrastructure
  • 48000000 - Software package and information systems
  • 48612000 - Database-management system
  • 48710000 - Backup or recovery software package
  • 48730000 - Security software package
  • 48732000 - Data security software package
  • 48781000 - System management software package
  • 48820000 - Servers
  • 48983000 - Development software package
  • 50312000 - Maintenance and repair of computer equipment
  • 50312300 - Maintenance and repair of data network equipment
  • 50312610 - Maintenance of information technology equipment
  • 50323000 - Maintenance and repair of computer peripherals
  • 50332000 - Telecommunications-infrastructure maintenance services
  • 32429000 - Telephone network equipment
  • 35121000 - Security equipment
  • 32500000 - Telecommunications equipment and supplies
  • 71311300 - Infrastructure works consultancy services
  • 72120000 - Hardware disaster-recovery consultancy services
  • 48200000 - Networking, Internet and intranet software package
  • 48331000 - Project management software package
  • 48451000 - Enterprise resource planning software package
  • 48511000 - Desktop communications software package
  • 48760000 - Virus protection software package
  • 48782000 - Storage management software package
  • 72250000 - System and support services
  • 72251000 - Disaster recovery services
  • 72253000 - Helpdesk and support services
  • 72263000 - Software implementation services
  • 72300000 - Data services
  • 72315000 - Data network management and support services
  • 72317000 - Data storage services
  • 72400000 - Internet services
  • 30230000 - Computer-related equipment
  • 72910000 - Computer back-up services
  • 79212000 - Auditing services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Pillar 2 - Digital and Physical Records Management

Description

For the provision of digital and physical document and records management applicable to all public sector establishments ranging in environments (i.e on-premise, cloud options or hyrbid). Please view the specification for full details of Pillar 2.

Lot value (estimated)

  • £62,500,000 excluding VAT
  • £75,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 79996100 - Records management
  • 79131000 - Documentation services
  • 63524000 - Transport document preparation services
  • 48311100 - Document management system
  • 72512000 - Document management services
  • 72212311 - Document management software development services
  • 48780000 - System, storage and content management software package
  • 72322000 - Data management services
  • 32353100 - Records
  • 39173000 - Storage units
  • 30233000 - Media storage and reader devices
  • 72317000 - Data storage services
  • 48782000 - Storage management software package
  • 30234500 - Memory storage media
  • 92500000 - Library, archives, museums and other cultural services
  • 48310000 - Document creation software package
  • 63120000 - Storage and warehousing services
  • 63121000 - Storage and retrieval services
  • 44613400 - Storage containers
  • 30131000 - Mailroom equipment
  • 79999100 - Scanning services
  • 79999000 - Scanning and invoicing services
  • 79571000 - Mailing services
  • 92512000 - Archive services
  • 92510000 - Library and archive services
  • 92512100 - Archive destruction services
  • 30191400 - Shredders

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Pillar 3 - Print and Digital Communications

Description

Print and Digital Communication solutions applicable to all public sector environments. This includes inbound and outbound digital communications, external print such as promotional items/materials, bulk/high-volume print, printing devices, print audits.

Please view the specification for full details of Pillar 3.

Lot value (estimated)

  • £125,000,000 excluding VAT
  • £150,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 79811000 - Digital printing services
  • 32412100 - Telecommunications network
  • 22822000 - Business forms
  • 79520000 - Reprographic services
  • 22140000 - Leaflets
  • 32570000 - Communications equipment
  • 32412000 - Communications network
  • 32581000 - Data-communications equipment
  • 51300000 - Installation services of communications equipment
  • 48222000 - Web server software package
  • 48224000 - Web page editing software package
  • 72212222 - Web server software development services
  • 79823000 - Printing and delivery services
  • 72413000 - World wide web (www) site design services
  • 72212224 - Web page editing software development services
  • 64000000 - Postal and telecommunications services
  • 30197630 - Printing paper
  • 30199330 - Continuous paper for computer printers
  • 30197643 - Photocopier paper
  • 32524000 - Telecommunications system
  • 79900000 - Miscellaneous business and business-related services
  • 79990000 - Miscellaneous business-related services
  • 48921000 - Automation system
  • 42964000 - Office automation equipment
  • 22600000 - Ink
  • 30199700 - Printed stationery except forms
  • 79820000 - Services related to printing
  • 22100000 - Printed books, brochures and leaflets
  • 30199730 - Business cards
  • 30199710 - Printed envelopes
  • 22822100 - Continuous business forms
  • 34928470 - Signage
  • 18222000 - Corporate clothing
  • 79342200 - Promotional services
  • 22900000 - Miscellaneous printed matter
  • 22110000 - Printed books
  • 79571000 - Mailing services
  • 30232100 - Printers and plotters
  • 48824000 - Printer servers
  • 30232110 - Laser printers
  • 30232150 - Inkjet printers
  • 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
  • 30192113 - Ink cartridges
  • 30125100 - Toner cartridges
  • 22610000 - Printing ink
  • 79212000 - Auditing services
  • 64121100 - Mail delivery services
  • 30131000 - Mailroom equipment
  • 48510000 - Communication software package
  • 48223000 - Electronic mail software package
  • 64216120 - Electronic mail services
  • 30133100 - Bulk-mailing equipment
  • 30232130 - Colour graphics printers
  • 72512000 - Document management services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4. Pillar 4 - Digital Transformation

Description

Pillar 4 will be an automatic award for tenderers who are successfully awarded onto:

Pillar 1 – SL 1

Pillar 2 – All SL’s except SL 2 document storage (physical records)

Pillar 3 – All SL’s

will automatically be awarded onto Pillar 4.

The service lines and full specification details can be found within the specification document.

Lot value (estimated)

  • £187,500,000 excluding VAT
  • £225,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 72000000 - IT services: consulting, software development, Internet and support
  • 79824000 - Printing and distribution services
  • 79811000 - Digital printing services
  • 79800000 - Printing and related services
  • 79810000 - Printing services
  • 79999100 - Scanning services
  • 48311100 - Document management system
  • 63121000 - Storage and retrieval services
  • 72512000 - Document management services
  • 79995100 - Archiving services
  • 22900000 - Miscellaneous printed matter
  • 48900000 - Miscellaneous software package and computer systems

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

1%

Further information about fees

1% retrospective rebate applied to all Lots, payable by the supplier upon all invoiced spend through the Framework.

Justification for framework term over 4 years

N/A

Framework operation description

Closed Framework which will run for 4 years with the option for Contracting Authorities to Call-off via either award without competition or competitive selection process.

The end customer will place orders directly with the Supplier following an Award Without Competition or Competitive Selection Process on a “contract” basis whereby the Supplier will deliver direct to the end customer on an agreed basis. Invoices and payments are dealt with directly between the end customer and the Supplier.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

The Framework will be open and free to use for the whole of the public sector, including but not limited to Education, Local Authorities, Central Government, Charities, NHS, Blue Light, Housing, Higher Education.

For clarity, YPO's permissable users are linked below:

https://www.ypo.co.uk/about/governance/transparency/permissible-users


Participation

Legal and financial capacity conditions of participation

Lot 1. Pillar 1 - ICT Managed Services

Lot 2. Pillar 2 - Digital and Physical Records Management

Lot 3. Pillar 3 - Print and Digital Communications

Lot 4. Pillar 4 - Digital Transformation

Please refer to Tender Particulars Document for information.

Technical ability conditions of participation

Lot 1. Pillar 1 - ICT Managed Services

Lot 2. Pillar 2 - Digital and Physical Records Management

Lot 3. Pillar 3 - Print and Digital Communications

Lot 4. Pillar 4 - Digital Transformation

Please refer to Tender Particulars Document for information.

Particular suitability

Lot 1. Pillar 1 - ICT Managed Services

Lot 2. Pillar 2 - Digital and Physical Records Management

Lot 3. Pillar 3 - Print and Digital Communications

Lot 4. Pillar 4 - Digital Transformation

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Submission type

Requests to participate

Deadline for requests to participate

17 April 2026, 12:00pm

Submission address and any special instructions

https://ypo2.my.site.com/s/Welcome

Please refer to Tender Particulars Document for information.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

4 December 2026

Recurring procurement

Publication date of next tender notice (estimated): 4 June 2030


Award criteria

Lot 1. Pillar 1 - ICT Managed Services

This table contains award criteria for this lot
Name Description Type Weighting
Pillar 1 - Quality

This will be assessed within Stage 2 - IST.

Quality 50.00%
Pillar 1 - Cost

This will be assed in Stage 2 - IST

Cost 30.00%
Pillar 1 - Social Value/Sustainability/Modern Slavery

This will be assessed within Stage 2 - IST.

Quality 20.00%

Lot 2. Pillar 2 - Digital and Physical Records Management

This table contains award criteria for this lot
Name Description Type Weighting
Pillar 2 - Quality

This will be assessed within Stage 2 - IST.

Quality 50.00%
Pillar 2 - Cost

This will be assessed within Stage 2 - IST.

Cost 30.00%
Pillar 2 - Social Value/Sustainability/Modern Slavery

This will be assessed within Stage 2 - IST.

Quality 20.00%

Lot 3. Pillar 3 - Print and Digital Communications

This table contains award criteria for this lot
Name Description Type Weighting
Pillar 3 - Quality

This will be assessed within Stage 2 - IST.

Quality 50.00%
Pillar 3 - Cost

This will be assessed within Stage 2 - IST.

Cost 30.00%
Pillar 3 - Social Value/Sustainability/Modern Slavery

This will be assessed within Stage 2 - IST.

Quality 20.00%

Lot 4. Pillar 4 - Digital Transformation

This table contains award criteria for this lot
Name Description Type Weighting
Pillar 4 - Cost

No weighted evaluation will take place within Pillar 4.

The only additional requirement within Pillar 4 is that tenderers must complete and upload the Pricing Schedule. This will not be evaluated by...

Cost 100.00%

Other information

Payment terms

Please refer to Tender Particulars Document for information.

Description of risks to contract performance

Please view Tender Particulars for information.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

Stage 1 - Invitation to Submit Tender.

In summary, this will consist of pre-qualification checks such as:

- Shortlisting Question

- Conditions of Participation (COP)

- Mandatory Requirements (MRs)

- Procurement Specific Questionnaire (PSQ)

Stage 2 - Invitation to Submit Final Tenders

- Evaluation of Award Questions (Price, Quality, Social Value/Sustainability/Modern Slavery)

-Further MR questions

The procurement will conclude after Stage 2, with a view of YPO awarding the the most advantages tenderers.


Contracting authorities

Yorkshire Purchasing Organisation

  • Public Procurement Organisation Number: PMRV-4748-MNJV

41 Industrial Park

Wakefield

WF2 0XE

United Kingdom

Contact name: Katie Beaumont

Email: itservices@ypo.co.uk

Region: UKE45 - Wakefield

Organisation type: Public authority - sub-central government

The Association of North East Councils Limited

  • Public Procurement Organisation Number: PYVX-2132-JNMM

Northern Design Centre

Gateshead

NE8 3DF

United Kingdom

Contact name: NEPO

Email: cdpnepoteam@neop.org

Region: UKC22 - Tyneside

Organisation type: Public authority - sub-central government


Contact organisation

Contact Yorkshire Purchasing Organisation for any enquiries.