Scope
Reference
VMREF0223
Description
This Framework Contract will adopt a Neutral Vendor Managed Service model to offer a 'one stop shop' for all in scope ICT goods and services based on the Framework CPV codes. The Neutral Vendor will act a single interface between the Customer and the Supply Chain.
The Framework is primarily focussed on the Education Sector, but must be available and suitable for all public sector organisations.
The key objectives and focus of the framework are:
Value for money - through competition and in the case of direct award, demonstrated through benchmarking.
Access to a fully managed service - engaging with the Customer, providing advice and guidance, building up knowledge of each Customer based on previous engagements to inform the service they are offered, supporting the delivery of the outcomes required.
Access to high quality ICT goods and services - high quality goods and services should be tailored to each Customers requirements.
Transparency - copies of benchmarking information must be shared, especially in the case of direct awards, ensuring direct awards are only used where justified, sharing competition information with the Customer, whole life cost is presented including full transparency over Supplier fees to access the managed service.
Process efficiencies for Customers - streamlining invoices with effective management information, simplifying procurement processes.
Effective management of the Supply Chain - ensuring alignment with standards, only onboarding suitable Suppliers, offering choice to Customers, effective rotation of opportunities between appropriate Suppliers.
Sustainability and Social Value - ensuring alignment with Customers objectives around sustainability and social value.
Commercial tool
Establishes a framework
Total value (estimated)
- £8,000,000 excluding VAT
- £100,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 31 March 2030
- 4 years
Main procurement category
Services
CPV classifications
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 42960000 - Command and control system, printing, graphics, office automation and information-processing equipment
- 48000000 - Software package and information systems
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
- 51300000 - Installation services of communications equipment
- 51600000 - Installation services of computers and office equipment
- 64200000 - Telecommunications services
- 72000000 - IT services: consulting, software development, Internet and support
- 79210000 - Accounting and auditing services
- 79500000 - Office-support services
- 79800000 - Printing and related services
Contract locations
- UK - United Kingdom
Framework
Maximum number of suppliers
1
Maximum percentage fee charged to suppliers
0.90%
Further information about fees
0.9% of invoice value to be payable for all contracts awarded under this framework
Submission
Publication date of tender notice (estimated)
24 November 2025
Enquiry deadline
1 December 2025, 5:00pm
Submission type
Tenders
Tender submission deadline
5 December 2025, 5:00pm
Submission address and any special instructions
Tender responses to be submitted through www.https://cimple.uk/
A direct link will be included in the tender publication notice
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
9 February 2026
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
Please note, this is expected to be a two stage procurement process. The dates provided in the 'Submissions' tab refer only to Stage 1.
Stage 1 is expected to include mandatory criteria on a pass/fail basis.
Stage 2 is expected to include a full tender response with Quality & Social Value questions and a Price Schedule.
Stage 2 is expected to run from 15th December to 19th January.
Reduced tendering period
Yes
Qualifying planned procurement notice - minimum 10 days
Contracting authority
HEART ACADEMIES TRUST
- Companies House: 06969741
- Public Procurement Organisation Number: PVCR-6312-NPXW
Bedford Academy
Bedford
MK42 9TR
United Kingdom
Region: UKH24 - Bedford
Organisation type: Public authority - sub-central government
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
VALUE MATCH SERVICES LTD
Summary of their role in this procurement: Appointed procurement specialists on behalf of HEART
- Companies House: 08522031
- Public Procurement Organisation Number: PXYJ-6338-PQDD
Dee House
Chester
CH3 5UU
United Kingdom
Region: UKD63 - Cheshire West and Chester