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.

UK4

NEPRO x Financial Resilience

  • First published: 31 October 2025
  • Last modified: 31 October 2025
  • Record interest

     

  • 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-04e82f
Published by:
THE ASSOCIATION OF NORTH EAST COUNCILS LIMITED
Authority ID:
AA80995
Publication date:
31 October 2025
Deadline date:
04 December 2025
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

Scope

Procurement reference

NEPO536

Procurement 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

Main category

Services

Delivery regions

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Total value (estimated, excluding VAT)

4000000000 GBP to 4000000000GBP

Contract dates (estimated)

01 April 2026, 00:00AM to 31 March 2030, 23:59PM

Extension end date (if all the extensions are used): 31 March 2034

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

Town/City: Gateshead

Postcode: NE8 3DF

Country: United Kingdom

Website: http://www.nepo.org

Companies House: 05014821

NUTS code: UKC22

Contact name: Gavin Rimmington

Email: cdpnepoteam@nepo.org

Telephone: 0191 638 0040

Organisation type: Public authority - sub-central government

Procedure

Procedure type

Open procedure

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

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

Framework

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%

Percentage fee charged to suppliers

0.8000%

Type of framework

Open

Maximum number of suppliers

3

Award method when using the framework

With and without reopening competition

Justification for framework term

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.

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). 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

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.

Lots

Divided into 1 lots

Lot number: 1

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

Delivery regions

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Lot value (estimated)

4000000000 GBP Excluding VAT

4800000000 GBP Including VAT

Contract start date (estimated)

01 April 2026, 00:00AM

Contract end date (estimated)

31 March 2030, 23:59PM

Extension end date (estimated)

31 March 2034, 23:59PM

Can the contract be extended?

Yes

Description of extensions

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.

Participation

Conditions

Economic

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.

Conditions

Economic

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.

Award criteria

Type: quality

Name

Quality

Description

Full details can be found in the tender documents

Weighting: 60

Weighting type: percentageExact

Type: price

Name

Price

Description

Full details can be found in the tender documents

Weighting: 35

Weighting type: percentageExact

Type: quality

Name

Social Value

Description

Full details can be found in the tender documents

Weighting: 5

Weighting type: percentageExact

Submission

Tender submission deadline

04 December 2025, 12:00PM

Enquiry deadline

17 November 2025, 12:00PM

Date of award of contract

02 March 2026, 23:59PM

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 viaopen.support@nepo.orgPLEASE NOTE: Open is accessible 24/7 however, technical support is available Monday - Thursday 8:30 - 5pm and Friday 8.30 - 4.30pmFor 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.

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Tender submission deadline

04 December 2025, 12:00PM

Enquiry deadline

17 November 2025, 12:00PM

Date of award of contract

02 March 2026, 23:59PM

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 viaopen.support@nepo.orgPLEASE NOTE: Open is accessible 24/7 however, technical support is available Monday - Thursday 8:30 - 5pm and Friday 8.30 - 4.30pmFor 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.

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Coding

Commodity categories

ID Title Parent category
48460000 Analytical, scientific, mathematical or forecasting software package Business transaction and personal business software package
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
48440000 Financial analysis and accounting software package Business transaction and personal business software package
66000000 Financial and insurance services Finance and Related Services
48810000 Information systems Information systems and servers
48410000 Investment management and tax preparation software package Business transaction and personal business software package
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
80500000 Training services Education and training 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.