Scope
Reference
NEPO535
Description
NEPO is establishing a Closed Framework which will operate as a Neutral Vendor Managed Service; NEPRO x Innovation. The objective of this procurement is to provide Contracting Authorities with access to a single Supplier (the Delivery Partner) who will provide a managed service for the delivery of services, goods, works, technology and research and development.
NEPRO x Innovation is a new Framework for NEPO. As a strategic procurement solution, the Framework will fall under NEPO's 'NEPRO' brand. NEPRO provides outcomes-based frameworks for the public sector.
The Delivery Partner will adopt a Managed Service for the delivery of projects in the following areas:
• Goods
• Works
• Services
• Technology
• Research and Development
A single project may include more than one of the above. The Delivery Partner will be able to flexibly deliver projects incorporating all areas, to suit Contracting Authorities' bespoke requirements.
The Delivery Partner shall act as an innovation enabler, meeting the following innovation deliverables:
• Reduce barriers to innovation
• Create guidance and signpost existing guidance to support Contracting Authorities
• Promote and facilitate innovative procurement practices
• Encourage challenge-based procurement
• Drive increased spend with SMEs and VCSEs
• Raise innovation awareness through the Innovation Community
NEPO expects the typical value of projects being delivered under the Framework, will be at £25k and above. There will be no maximum project value.
For the avoidance of doubt, the Delivery Partner will not provide services, goods, works and technology in its own right, but rather will deliver a Managed Service that allows Contracting Authorities to procure these elements.
The Delivery Partner will bring together the bespoke requirements of Contracting Authorities and a perpetual Supply Chain capable of meeting those requirements. Equal importance will be placed on the service provided to Contracting Authorities and the management of the Supply Chain delivering the requirements.
Through market-led, Outcome-based pricing, the Delivery Partner will provide a 'one stop shop' for all in-scope goods, services, technology, works and research and development and will have a positive impact at every stage of the delivery. The Delivery Partner will act as a single point interface between the Contracting Authority and the Supply Chain.
The Delivery Partner will be required to accommodate the bespoke needs of each Contracting Authority in each project. This will require the ability to flexibly deliver goods, works, services, technology and research and development contracts and offer innovative and/or bespoke procurement processes.
The successful bidder has been chosen through a two-stage competitive flexible procedure.
Commercial tool
Establishes a framework
Contract 1. NEPRO x Innovation
Supplier
Contract value
- £20,000,000,000 excluding VAT
- £24,000,000,000 including VAT
Above the relevant threshold
Award decision date
2 December 2025
Date assessment summaries were sent to tenderers
2 December 2025
Standstill period
- End: 11 December 2025
- 8 working days
Earliest date the contract will be signed
26 January 2026
Contract dates (estimated)
- 25 February 2026 to 24 February 2030
- Possible extension to 24 February 2034
- 8 years
Description of possible extension:
2 x 24-month extensions will be possible.
NEPO considers the longer term is necessary due to the following:
• Complexity of the Framework
• Resource required to procure the Framework
• Complexity and value of projects procured under the Framework, which may span numerous years.
• The investment required from the Delivery Partner to implement the Framework including developing and implementing terms and conditions, mobilising a supply chain, developing innovative procurement processes and documentation and mobilising a technology platform.
The Framework shall only be extended where NEPO, at its sole discretion and not less than six (6) months before the end of Initial Term or First Extended Term (as applicable), notifies the Delivery Partner that the Framework shall continue for a subsequent Term.
Main procurement category
Services
CPV classifications
- 03000000 - Agricultural, farming, fishing, forestry and related products
- 09000000 - Petroleum products, fuel, electricity and other sources of energy
- 14000000 - Mining, basic metals and related products
- 15000000 - Food, beverages, tobacco and related products
- 16000000 - Agricultural machinery
- 18000000 - Clothing, footwear, luggage articles and accessories
- 19000000 - Leather and textile fabrics, plastic and rubber materials
- 22000000 - Printed matter and related products
- 24000000 - Chemical products
- 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
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 34000000 - Transport equipment and auxiliary products to transportation
- 35000000 - Security, fire-fighting, police and defence equipment
- 37000000 - Musical instruments, sport goods, games, toys, handicraft, art materials and accessories
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 41000000 - Collected and purified water
- 42000000 - Industrial machinery
- 43000000 - Machinery for mining, quarrying, construction equipment
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45000000 - Construction work
- 48000000 - Software package and information systems
- 50000000 - Repair and maintenance services
- 51000000 - Installation services (except software)
- 55000000 - Hotel, restaurant and retail trade services
- 60000000 - Transport services (excl. Waste transport)
- 63000000 - Supporting and auxiliary transport services; travel agencies services
- 64000000 - Postal and telecommunications services
- 65000000 - Public utilities
- 66000000 - Financial and insurance services
- 70000000 - Real estate services
- 71000000 - Architectural, construction, engineering and inspection services
- 72000000 - IT services: consulting, software development, Internet and support
- 73000000 - Research and development services and related consultancy services
- 75000000 - Administration, defence and social security services
- 76000000 - Services related to the oil and gas industry
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 80000000 - Education and training services
- 85000000 - Health and social work services
- 90000000 - Sewage, refuse, cleaning and environmental services
- 92000000 - Recreational, cultural and sporting services
- 98000000 - Other community, social and personal services
Contract locations
- UK - United Kingdom
- GG - Guernsey
- IM - Isle of Man
- JE - Jersey
Information about tenders
- 2 tenders received
- 2 tenders assessed in the final stage:
- 0 submitted by small and medium-sized enterprises (SME)
- 0 submitted by voluntary, community and social enterprises (VCSE)
- 1 supplier awarded contracts
- 1 supplier unsuccessful (details included for contracts over £5 million)
Unsuccessful suppliers
Submission
Submission type
Requests to participate
Procedure
Procedure type
Competitive flexible procedure
Suppliers
BLOOM PROCUREMENT SERVICES LTD
- Companies House: 08045123
- Public Procurement Organisation Number: PRZL-2286-PLQV
3rd Floor 1 Ashley Road
Altrincham
WA14 2DT
United Kingdom
Website: https://bloom.services
Region: UKD34 - Greater Manchester South West
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
CONSTELLIA PUBLIC LTD
- Companies House: 08664789
- Public Procurement Organisation Number: PVJX-2391-JVYD
2nd Floor 201 Great Portland Street
London
W1W 5AB
United Kingdom
Email: terence.milner@constellia.com
Website: http://www.constellia.com
Region: UKI32 - Westminster
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Connected people/organisations:
Organisation name: Constellia Limited
Companies House number: 06401989
Type: Organisation
Category: Parent or subsidiary company
Registered address: 2nd Floor 201 Great Portland Street, London, W1W 5AB, UK
Postal address: 2nd Floor 201 Great Portland Street, London, W1W 5AB, UK
Contract 1. NEPRO x Innovation
Contracting authority
The Association of North East Councils Limited
- Companies House: 05014821
- Public Procurement Organisation Number: PYVX-2132-JNMM
Northern Design Centre, Abbots Hill, Baltic Business Quarter
Gateshead
NE8 3DF
United Kingdom
Region: UKC22 - Tyneside
Organisation type: Public authority - sub-central government