Open Closing in a 20 days

Technology Consultancy Services

Descriptions

EEM is seeking to put in place a fully managed, single supplier National framework providing public sector bodies with a single, easy-to-use Technology Consultancy services framework to Support Public Sector Transformation, Innovation, and Digital Delivery that provides best possible value and service to our members and the wider public sector. This framework will enable public bodies to access a trusted, strategic partner capable of delivering diagnostic, advisory, and delivery support across all stages of technology enabled change. It will include initial assessment through to implementation and post-delivery review. The framework’s structure, governance, and commercial model are designed to simplify access, improve transparency, and ensure better outcomes for public sector buyers. A key feature of this framework is the inclusion of a no or at cost diagnostic phase at the outset of any engagement. This ensures buyers fully understand their needs before commissioning further work, without having to commit excessive resources. In accordance with the flexibility permitted under the Competitive Flexible Procedure, EEM will shortlist between three (3) and five (5) of the highest-scoring suppliers at the PSQ stage to progress to the Invitation to Tender (ITT). This approach is required to ensure a proportionate, efficient, and manageable evaluation process, given the anticipated scope and complexity of the requirement. It also reduces unnecessary bidding burden on suppliers and allows the authority to focus detailed ITT activity on those suppliers who have demonstrated the highest capability and relevance at the selection stage. The shortlisting criteria will be objective, transparent, and based solely on PSQ scoring, as set out in the Supplier Questionnaire below. All suppliers will be treated equally and fairly. The objectives of the Framework are to: 1. Simplify access to technology consultancy expertise. 2. Improve financial transparency and cost predictability. 3. Give faster mobilisation and reduced procurement overheads. 4. Give greater inclusion of SMEs through a structured supply chain model. 5. Enhance alignment between strategy, procurement, and delivery. 6. Provide better outcomes and reduced waste of public funds. The appointed vendor will be responsible for: 1. Providing initial diagnostics and advisory services directly to clients. 2. Determining whether delivery should continue in-house or through a transparent, managed SME supply chain. 3. Ensuring full visibility of cost, delivery model, and performance across all engagements. 4. Maintaining an open and evolving network of SME partners, ensuring diversity, innovation, and regional/local capability are fully represented. This approach simplifies access for buyers and supports extensive SME participation through a structured and equitable delivery ecosystem. EEM considers this Framework will help: 1. Enable EEM members, whether existing or future, and the wider public sector to call off services in an efficient and compliant way. 2. Provide access to a vetted list of suppliers, significantly reducing the time and effort needed to conduct individual procurements. 3. Ensure that all purchases meet legal and regulatory requirements, such as the Procurement Act 2023. 4. Provide better value to the buyer by creating a fairer and more efficient supply chain, whilst consolidating purchasing power to negotiate better pricing and terms. 5. Provide clear, pre-negotiated pricing structures, enabling buyers to achieve greater value for money. 6. Ensure access to cutting-edge and specialised solutions. 7. Allows buyers to better manage their purchases in line with ever changing requirements. 8. Encourages greater innovation and quality by providing access to innovative products and services, including from niche vendors, ensuring buyers can procure the latest technology, solutions and services. 9. Promote competition among suppliers, driving competition and higher quality standards. 10. Reduce procurement risks by offering contracts with established suppliers that adhere to framework terms and conditions.

Timeline

Published Date :

25th Nov 2025 Yesterday

Deadline :

16th Dec 2025 in a 20 days

Contract Start :

10th Mar 2026

Contract End :

9th Mar 2030

Keywords

IT consulting

software development

web services

network support

system integration

IT infrastructure management

digital transformation

cloud services

cybersecurity support

application maintenance

helpdesk services

technical support

software customization

IT outsourcing

Tender Lot Details

2 Tender Lots

Let’s Get you Started ✍

Get to see all tender details more briefly

Already have an account ?

Workflows

Status :

Open

Procedure :

N/A

Suitable for SME :

N/A

Nationwide :

No

Assign to :

Tender Progress :

0%

Details

Notice Type :

Framework

Tender Identifier :

IT-378-246-T: 2024 - 001

Tenderbase ID :

310724019

Low Value :

£100K

High Value :

£1000K

Buyer Information

Address :

Liverpool Merseyside , Merseyside , L13 0BQ

Website :

N/A

Procurement contact

Name :

Tina Smith

Phone :

0151 252 3243

Email :

tina.smith@shared-ed.ac.uk

Possible Competitors

1 Possible Competitors