Scope
Reference
ERFX1008686
Description
The Neutral Vendor Managed Service Contractor will provide an end-to-end managed service for the provision of technical and professional services from a wide range of categories.
Cardiff Council currently manage the collaborative SEWTAPS Framework, which covers a range of construction consultancy disciplines. Lot 11 of this framework has been successfully used for a Neutral Vendor solution to deliver Professional Services that go beyond the core construction consultancy services. Following the successes of this lot, the requirements are being separated and a new framework will be established.
The sole Contractor will allow access to a wide range of technical and professional services through their pre-vetted supply chain, across a variety of markets. The Neutral Vendor requires specialist knowledge and expertise to provide Contracting Authorities a streamlined route to market, making it more efficient and achieve best value for money. This framework will not include recruitment or agency staff.
Key to the success of the framework is the option of a flexible approach for Contracting Authorities, encouraging early consultant involvement, focusing on developing client / contractor relationships that improve value for money through a reduction in: time to market and duplication of processes, development of common standards and the sharing of best practice that seeks to drive innovation.
The Neutral Vendor lot under the SEWTAPS Framework is used extensively by over 30 different organisations in the public sector throughout the UK, including Local Councils, Universities and Central Government Authorities. The framework will be available to a wide range of potential customers. For further details please see schedule 1 'potential customers' of the Framework Agreement. The Contractor will need to demonstrate capability and capacity to meet these requirements.
Please refer to the full procurement documents for further information.
Commercial tool
Establishes a framework
Total value (estimated)
- £800,000,000 excluding VAT
- £960,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 2 February 2026 to 1 February 2030
- 4 years
Main procurement category
Services
CPV classifications
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
Contract locations
- UK - United Kingdom
Framework
Maximum number of suppliers
1
Maximum percentage fee charged to suppliers
0%
Further information about fees
Percentage fee charge to suppliers is 0.45%
Justification for framework term over 4 years
N/A
Framework operation description
Single supplier framework. Based on managed service fee.
Award method when using the framework
Without competition
Contracting authorities that may use the framework
This Framework can be used and Call-Off Contracts may be entered into with the Contractor under this Framework 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 and 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 who have a need to purchase the above services (including any successor in the exercise of their statutory or public functions). Other public bodies exercising their functions in, or in relation to the UK but not specifically referred to above may also use this Framework. The Framework may also be used by non-Public Sector organisations to comply with conditions associated with the use of public funds for those specific projects (including but not limited to Section 106).
Participation
Legal and financial capacity conditions of participation
Please see tender documents
Technical ability conditions of participation
Please see tender documents
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Tender submission deadline
10 December 2025, 12:00pm
Submission address and any special instructions
Tenderers must be submitted via the Portal website by Tender Return Date and Time via https://www.proactisplaza.com/supplierportal
Tenders may be submitted electronically
Yes
Languages that may be used for submission
- Welsh
- English
Award decision date (estimated)
19 January 2026
Recurring procurement
Publication date of next tender notice (estimated): 2 February 2030
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Quality | Quality | 50.00% | |
| Price | Price | 40.00% | |
| Social Value | Social Value made of Quantitative and Qualitative criteria. |
Quality | 10.00% |
Other information
Payment terms
Please see tender documents
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Documents
Associated tender documents
https://www.proactisplaza.com/supplierportal
The procurement documents are available for unrestricted and full direct access, free of charge at: https://www.proactisplaza.com/supplierportal
Technical specifications to be met
https://www.proactisplaza.com/supplierportal
The procurement documents are available for unrestricted and full direct access, free of charge at: https://www.proactisplaza.com/supplierportal
Contracting authority
Cardiff Council
- Public Procurement Organisation Number: PVHP-5769-YHRQ
County Hall
Cardiff
CF10 4UW
United Kingdom
Email: ConsultancyFramework@cardiff.gov.uk
Website: http://www.cardiff.gov.uk
Region: UKL22 - Cardiff and Vale of Glamorgan
Organisation type: Public authority - sub-central government
Devolved regulations that apply: Wales