National Framework Agreement for Tail End Management

Award

Value

£0

Classifications

  • Procurement consultancy services

Tags

  • award

Submission Deadline

1 year ago

Published

1 year ago

Description

DESCRIPTION OF SERVICES
The Supplier will provide Tail End Management services.

The framework agreement will provide client authorities with a fully managed service for the purchasing and management of their tail end purchase order spend including medical, non-medical and ad-hoc supplies and services. It should include the end to end supply chain management of the authority's tail end spend and at a high level include: audit of tail spend; savings delivery; purchase; supplier management; stock management; delivery and reporting.

REASON FOR NOTICE
This is an intention to award notice to conclude a framework agreement using the competitive process.

LIFETIME VALUE OF AGREEMENT
£15,000,000

RELEVANT AUTHORITIES ABLE TO USE THE AGREEMENT
For use by all UK public sector bodies (and any future successors to these organisations).

COMMENCEMENT DATE
9th November 2024.

DURATION OF AGREEMENT
The framework will run for a term of 2 years with options to extend for up to a further 2 years in annual increments.

Additional information: 
This is an intention to award notice to conclude a framework agreement using the competitive process

The Framework is due to commence on 9th November 2024.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Business Management Consultancy

Southern Water Services are seeking to establish a framework panel whom have the expertise to support the companies ambitions. SWS are seeking business management consultancy & related professional services expertise in, but not limited to: Regulatory Advice, Regulatory Economic Advisory and Modelling, Procurement and Commercial, General Tax, Financial Services, Strategy & Change All services provided under this framework agreement are to be structured in a manner that is outside the scope of IR35 legislation. The service providers remain responsible for compliance with all relevant tax and employment regulations SWS will retain the right to compete work outside the pool of pre-qualified service providers (via Procurement Act 2023 process or otherwise) in its discretion (e.g. where the pre-qualified service providers do not have specialist capability to deliver the consultancy services required by SWS or the price secured within the pool is not judged by SWS to be market competitive). Indicative lot values per annum : Lot 1a Regulatory Advice £1.4m Lot 1b Regulatory Economic Advisory and Modelling £1m Lot 2 Procurement & Commercial £3m Lot 3a General Tax £400k Lot 3b Financial Services £1m Lot 4 Strategy & Change £10m Whilst these values reflect the best estimate, Tenderers should be aware that we may see peaks in demand that are much higher than the indicated values per annum and there will be some years it’s much lower. These values may be subject to change due to potential future regulatory or policy changes

Katy Reed

Published 3 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete