Scope
Reference
NEPO536
Description
The Association of North East Councils Trading as the North East Procurement Organisation (NEPO) seeks to establish a Framework for the provision of a Financial Resilience Solution (NEPRO x Financial Resilience), enabling Contracting Authorities to access a suite of financial-based services that can be deployed in a compliant and efficient manner to support Financial Resilience.
The Framework is intended to commence on 1 April 2026 and will have an initial term of four years. NEPO may, at its sole discretion, extend the Framework for up to two further periods of two years, resulting in a maximum term of eight years.
In accordance with Section 47(2) of the Procurement Act, NEPO considers that the nature of the services to be delivered under this Framework requires a longer duration than the standard 48 months. The establishment of the collaborative community and the strategic nature of the services necessitates a long-term arrangement to foster enduring, value-driven partnerships between Contracting Authorities and appointed Supplier(s).
Suppliers wishing to access and complete the tender documents must first register on Open (eTendering system) using the following link: https://www.open-uk.org
Commercial tool
Establishes a framework
Total value (estimated)
- £4,000,000,000 excluding VAT
- £4,800,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 31 March 2030
- Possible extension to 31 March 2034
- 8 years
Description of possible extension:
The framework is for a period of 48 months with the options to extend for up to a further 2 x 24-month periods. Justification for the longer framework term is provided under section 6 of this notice.
Main procurement category
Services
CPV classifications
- 48410000 - Investment management and tax preparation software package
- 48440000 - Financial analysis and accounting software package
- 48460000 - Analytical, scientific, mathematical or forecasting software package
- 48810000 - Information systems
- 66000000 - Financial and insurance services
- 72000000 - IT services: consulting, software development, Internet and support
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 80500000 - Training services
Contract locations
- UK - United Kingdom
- GG - Guernsey
- IM - Isle of Man
- JE - Jersey
Framework
Maximum number of suppliers
3
Maximum percentage fee charged to suppliers
0.80%
Further information about fees
NEPO operates a contract rebate arrangement whereby Suppliers are asked to repay NEPO a set percentage of each invoice in respect of orders placed by NEPO or any Contracting Authority accessing the Framework. The maximum rebate taken by NEPO against the value of awarded contracts will not exceed 0.8%
Justification for framework term over 4 years
The Framework exceeds 48 months in duration. NEPO considers that the establishment of the collaborative community and the strategic nature of the services to be delivered requires a longer-term arrangement to foster enduring, value-driven partnerships between Contracting Authorities and appointed Suppliers. This is combined with the following:
• The complexity of the Framework
• The resource required by NEPO to procure the Framework
• The complexity and value of projects to be procured under the Framework. NEPO recognises that these projects may span numerous years
• The development of the Financial Resilience Collaborative Community.
Framework operation description
The successful Tenderers will enter into a Framework Agreement (NEPO536: NEPRO x Financial Resilience) with NEPO. This Framework will be made accessible to the Member Authorities and the Associate Members of NEPO via Call-Off contracts. NEPO will establish overarching terms and conditions that define the core principles of the Framework.
Pricing will be determined through the tender process and evaluated against predefined award criteria and associated weightings. All tenderers will be assessed accordingly.
Pricing submitted as part of this Framework will apply to requirements Nationally.
Pricing will be fixed from the point of the Framework commencement for a minimum period of 24 months. Framework commencement will be considered from the issue of the Award Letter to successful tenderers following the Standstill period ("Effective Date"). From the 2nd anniversary of the Effective Date, Providers will be able to request a variation to their pricing.
Contracting Authorities may establish Call-Off Contracts through an award without or with further competition.
Award without Competition
Under s45(4) of the Procurement Act 2023, Contracting Authorities may award directly to a Supplier without further competition under this Solution. The objective mechanism for supplier selection without competition under this Solution follows the cascade method. This shall function as follows:
1. Suppliers awarded to the Solution shall be ranked according to their combined price / quality (Most Advantageous Tender) score.
2. A Contracting Authority shall first award directly to the first-ranked Supplier.
3. If the first-ranked Supplier is unable to meet the requirements, or does not accept the project, then the second-ranked Supplier shall be considered.
4. If the second-ranked Supplier cannot meet the requirements, or does not accept the project, then the third-ranked Supplier shall be considered.
A Contracting Authority may make a direct award to a specific Supplier (i.e. outside of the cascade method process above) where it has sufficient business or commercial reason for doing so. Reasons may include, but are not limited to:
• Where the Contracting Authority is procuring additional or repeat services and the Supplier who would otherwise be awarded under the cascade method is not an existing Supplier and to use an alternative Supplier would result in disproportionate technical difficulties in operation or maintenance for the Contracting Authority; and/or
• Where there are objectively justifiable contextual reasons to make a direct award to a specific Supplier, such as geographical requirements.
The responsibility for complying with, and the reason for, this Call-Off procedure lies with the Contracting Authority who will need to satisfy its internal procedures that this process can be utilised.
When an award without competition is made, the price will be based on the Solution contracted tendered rates. The Supplier rates can be improved (i.e. reduced) but must not exceed the capped tendered rates.
Further Competition / Mini Competition
Contracting Authorities may opt to run a further competition at their discretion throughout the life of the Solution.
All Suppliers awarded to the Solution may be invited to participate in a further competition. At the discretion of a Contracting Authority, Suppliers may be initially requested to provide an Expression of Interest (EoI) for the project. Any Supplier not expressing an interest by the assigned deadline may not be invited to participate in the further competition at the discretion of a Contracting Authority and in accordance with any guidance issued.
The criteria for evaluations at the further competition stage will be detailed by the Contracting Authority and included within the documentation issued at that stage. Contracting Authorities will utilise their own further competition documents.
At further competition stage, Suppliers should be asked to provide a price based upon the actual requirements of the Contracting Authority. All rates provided within the Solution must not be exceeded but can be lowered to ensure a competitive bid.
Contracting Authorities should expect to be provided with detailed pricing at the Call-off stage to ensure that the capped rates are not exceeded. The Contracting Authority can disqualify any Supplier who does exceed the tendered capped rates from the further competition process.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
NEPO is a Centralised Procurement Authority as defined in the Procurement Act 2023 (PA23). NEPO therefore may provide central purchasing activity on behalf of Contracting Authorities.
The agreement will be available for use by NEPO Member Authorities found here https://www.nepo.org/about & all current & future Associate Members. Current Associate Members are listed here, NEPO website: https://www.nepo.org/associate-membership
NEPO intends to make the resulting agreement available for use by all Contracting Authorities throughout all administrative regions of the UK (as defined by the Procurement Act 2023) including but not limited to Government Departments & their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities.
A permissible users list available at: http://www.nepo.org/associate-membership/permissible-users
Contracting authority location restrictions
- UK - United Kingdom
- GG - Guernsey
- IM - Isle of Man
- JE - Jersey
Participation
Legal and financial capacity conditions of participation
Legal and financial conditions of participation are included in this procurement. Full information on legal and financial conditions of participation can be founded in the associated Procurement Documents.
Technical ability conditions of participation
Legal and financial conditions of participation are included in this procurement. Full information on legal and financial conditions of participation can be founded in the associated Procurement Documents.
Submission
Enquiry deadline
17 November 2025, 12:00pm
Tender submission deadline
4 December 2025, 12:00pm
Submission address and any special instructions
The opportunity can be accessed via the NEPO eTender system, Open. Suppliers wishing to be considered for this Framework Agreement must register their expression of interest and submit the Tender documentation through the Open eTendering System. If not already registered, suppliers should register on the NEPO eTendering System at https://www.open-uk.org/ (https://www.open-uk.org/) (https://www.open-uk.org/ (https://www.open-uk.org/))
Tender documentation responses must be submitted using the link above. Responses submitted via postal or email methods will not be accepted.
If you need technical assistance from the Open Support team, this can be requested via
PLEASE NOTE: Open is accessible 24/7 however, technical support is available Monday - Thursday 8:30 - 5pm and Friday 8.30 - 4.30pm
For guidance on how to submit your response through Open, please visit: https://www.openhub.org/training (https://www.open-hub.org/training) (https://www.open-hub.org/training (https://www.openhub.org/training)) to access the available Training Guides.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
2 March 2026
Award criteria
| Name | Description | Type | Weighting | 
|---|---|---|---|
| Quality | Full details can be found in the tender documents | Quality | 60% | 
| Price | Full details can be found in the tender documents | Price | 35% | 
| Social Value | Full details can be found in the tender documents | Quality | 5% | 
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
- Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
THE ASSOCIATION OF NORTH EAST COUNCILS LIMITED
- Companies House: 05014821
- Public Procurement Organisation Number: PYVX-2132-JNMM
Northern Design Centre
Gateshead
NE8 3DF
United Kingdom
Contact name: Gavin Rimmington
Telephone: 0191 638 0040
Email: cdpnepoteam@nepo.org
Website: http://www.nepo.org
Region: UKC22 - Tyneside
Organisation type: Public authority - sub-central government