Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

NEPRO Innovation

  • First published: 24 March 2026
  • Last modified: 24 March 2026
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04eb42
Published by:
THE ASSOCIATION OF NORTH EAST COUNCILS LIMITED
Authority ID:
AA80995
Publication date:
24 March 2026
Deadline date:
-
Notice type:
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NEPO is establishing a Closed Framework which will operate as a Neutral Vendor Managed Service; NEPRO 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 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 CommunityNEPO 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.

Full notice text

Scope

Procurement reference

NEPO535

Procurement description

NEPO is establishing a Closed Framework which will operate as a Neutral Vendor Managed Service; NEPRO 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 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.

Is a framework being established?

Yes

Contracting authority

The Association of North East Councils Limited

Identification register:

  • GB-COH
  • GB-PPON

Address 1: Northern Design Centre, Abbots Hill, Baltic Business Quarter

Town/City: Gateshead

Postcode: NE8 3DF

Country: United Kingdom

Website: http://www.nepo.org

Companies House: 05014821

NUTS code: UKC22

Contact name: Ruth Long

Email: cdpnepoteam@nepo.org

Organisation type: Public authority - sub-central government

Supplier

CONSTELLIA PUBLIC LTD

Identification register:

  • GB-COH
  • GB-PPON

Address 1: Office 102, 120 New Cavendish Street

Town/City: London

Postcode: W1W 6XX

Country: United Kingdom

Website: http://www.constellia.com

Companies House: 08664789

NUTS code: UKI32

Email: terence.milner@constellia.com

Type:

  • Large

Procedure

Procedure type

Competitive flexible procedure

Trade agreements

Government Procurement Agreement (GPA)

Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Framework

Further information about fees

Under the Framework, the Delivery Partner will provide a Managed Service.

The Managed Service Fee will be the fee charged by the Delivery Partner for all projects under the Framework. The Managed Service Fee will be based on the total Project cost approved and accepted by the Contracting Authority for any given Project and corresponding Statement of Work and Supplier Delivery Agreement.

Further information regarding the Managed Service Fee is provided in the Framework Documents.

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. For this Framework, the rebate will be a maximum of one fifth (20%) of the Managed Service Fee.

The maximum rebate taken by NEPO against the value of awarded contracts will not exceed 1%. This is provided as the maximum percentage fee charged to suppliers in the field above, charged, in this case, to the Delivery Partner.

Percentage fee charged to suppliers

1.00%

Award method when using the framework

Without reopening competition

Contracting authority locations

  • UK
  • GG
  • IM
  • JE

Contracting authorities that may use the framework

NEPO is a Centralised Procurement Authority as defined in the Procurement Act 2023 (PA23), providing central purchasing activity on behalf of Contracting Authorities.

The agreement will be available to NEPO Member Authorities and all current and future Associate Members. Current Associate Members are listed in the Associate Member section of the NEPO website at:

https://www.nepo.org/associate-membership

NEPO intends to make the agreement available for use by all Contracting Authorities throughout all administrative regions of the UK (as defined by the Procurement Act 2023).

A list of permissible users is available at: https://www.nepo.org/associate-membership/permissible-users

Organisations wishing to access the NEPO agreement will be required to register as a NEPO Associate Member in the first instance. Further information can be found at: https://www.nepo.org/.

Framework operation description

The successful tenderer has entered into a Framework Contract (NEPRO Innovation) with NEPO. The Framework will be accessible to Contracting Authorities through a Call-Off Contract. NEPO has established Framework Terms and Conditions which govern the relationship between NEPO and the Delivery Partner, stipulating the core terms encapsulating the Managed Service.

The Framework will be accessible to Contracting Authorities through a Call-Off Contract. NEPO has established a Call-Off Contract which can be found at Schedule 5 to the Framework Agreement (Call-Off Contract). The Call-Off Contract governs the contractual relationship between the Contracting Authority and the Delivery Partner, focusing on the Managed Service provided by the Delivery Partner.

To access the Framework, all Contracting Authorities must initially become an Associate Member of NEPO. The Delivery Partner must refer all new Contracting Authorities to NEPO in the first instance to register and become a NEPO Associate Member before entering into a Call-Off Contract.

Contracting Authorities must not access any services provided for under the Framework Agreement without first having an active Call-Off Contract.

Following the completion of the Call-Off Contract, Contracting Authorities can procure Projects, through a Statement of Work, on a per-project basis.

Each Call-Off Contract includes standard goods and services terms and conditions. These allow Contracting Authorities to procure straightforward goods or services Projects, through a Statement of Work, without the requirement for project-specific terms and conditions to be developed.

When a Contracting Authority with an active Call-Off Contract identifies that a need can be fulfilled through the Framework, they will enter into a Statement of Work with the Delivery Partner for the provision of the Project Supplies. The Core Terms of this Statement of Work have been established at the Framework level and will apply for every Project.

For simple goods or services Projects, the Statement of Work refers to the goods or services terms and conditions which are included in the Call-Off Contract. For complex projects (those involving more than one Project Supply or where the Contracting Authority and/or Delivery Partner determine the standard Goods or Services terms and conditions are not appropriate), Project-specific terms and conditions will thereafter be incorporated by the Delivery Partner, in agreement with the Contracting Authority.

Following the Award Process, the Delivery Partner will be responsible for flowing down the key terms of the Statement of Work, to a Supplier Delivery Agreement. The Supplier Delivery Agreement will be entered into by the Delivery Partner and each Appointed Project Provider. Each Supplier Delivery Agreement will be based on a corresponding Statement of Work. The Core Terms of this Supplier Delivery Agreement have been established at Framework level and will apply to every Project. These govern the common elements in every Project and specify the Delivery Partner's role in ensuring the successful delivery of the Project. Project-specific terms and conditions will thereafter be incorporated into each Supplier Delivery Agreement by the Delivery Partner.

Contract

NEPRO Innovation - Framework Contract

ID: 1

Is the total value above threshold?

Above threshold

Date the contract will be signed (estimated)

25 February 2026, 00:00AM

Contract dates (estimated)

25 February 2026, 00:00AM to 24 February 2030, 23:59PM

Extension end date (if all the extensions are used): 24 February 2034

Can this contract be extended?: Yes

Renewal description:

NEPO may, at its sole discretion, extend the Framework Agreement for one or more further periods of two (2) years up to a maximum of four (4) years total. The maximum Framework term is therefore eight (8) years.

Notwithstanding the maximum duration for a Closed Framework set out in section 47 of the Procurement Act, as set out in the Tender Notice, in accordance with section 47(2) of the Procurement Act NEPO considers that the nature of the Project Supplies to be provided under the Framework requires a solution that will operate for longer duration. NEPO considers that the Framework duration specified above is necessary due to 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, spanning goods, services, works and technology. NEPO recognises that these Projects 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.

Full details regarding Framework extensions can be found in the Framework Terms and Conditions.

PLEASE NOTE: The Contract Start Date is 23/02/2026 however the Find a Tender platform will now allow this.

Lots

Divided into 1 lots

Lot number: 1 Status: Complete

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

Coding

Commodity categories

ID Title Parent category
75000000 Administration, defence and social security services Defence and security
16000000 Agricultural machinery Technology and Equipment
03000000 Agricultural, farming, fishing, forestry and related products Agriculture and Food
77000000 Agricultural, forestry, horticultural, aquacultural and apicultural services Agriculture and Food
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
24000000 Chemical products Materials and Products
18000000 Clothing, footwear, luggage articles and accessories Materials and Products
41000000 Collected and purified water Environment and Sanitation
44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus Materials and Products
45000000 Construction work Construction and Real Estate
80000000 Education and training services Education
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment
66000000 Financial and insurance services Finance and Related Services
15000000 Food, beverages, tobacco and related products Agriculture and Food
39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products Technology and Equipment
85000000 Health and social work services Other Services
55000000 Hotel, restaurant and retail trade services Other Services
42000000 Industrial machinery Technology and Equipment
51000000 Installation services (except software) Other Services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
38000000 Laboratory, optical and precision equipments (excl. glasses) Technology and Equipment
19000000 Leather and textile fabrics, plastic and rubber materials Materials and Products
43000000 Machinery for mining, quarrying, construction equipment Technology and Equipment
33000000 Medical equipments, pharmaceuticals and personal care products Materials and Products
14000000 Mining, basic metals and related products Mining and Ores
37000000 Musical instruments, sport goods, games, toys, handicraft, art materials and accessories Materials and Products
30000000 Office and computing machinery, equipment and supplies except furniture and software packages Computer and Related Services
98000000 Other community, social and personal services Other Services
09000000 Petroleum products, fuel, electricity and other sources of energy Energy and Related Services
64000000 Postal and telecommunications services Other Services
22000000 Printed matter and related products Printing and Publishing
65000000 Public utilities Other Services
32000000 Radio, television, communication, telecommunication and related equipment Technology and Equipment
70000000 Real estate services Construction and Real Estate
92000000 Recreational, cultural and sporting services Other Services
50000000 Repair and maintenance services Other Services
73000000 Research and development services and related consultancy services Research and Development
35000000 Security, fire-fighting, police and defence equipment Defence and security
76000000 Services related to the oil and gas industry Energy and Related Services
90000000 Sewage, refuse, cleaning and environmental services Environment and Sanitation
48000000 Software package and information systems Computer and Related Services
63000000 Supporting and auxiliary transport services; travel agencies services Transport and Related Services
34000000 Transport equipment and auxiliary products to transportation Transport and Related Services
60000000 Transport services (excl. Waste transport) Transport and Related Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.