Skip to main content.

Procurement Services: Digital Transformation Solutions and Enterprise Services

  Procurement Services has published this notice through Delta eSourcing

Notice Summary
Title: Digital Transformation Solutions and Enterprise Services
Notice type: UK4: Tender notice
Authority: Procurement Services
Nature of contract: Services
Procedure: Above threshold - Open procedure
Short Description: This Framework provides a compliant, flexible, and outcomes-focused route to market for public sector organisations seeking to deliver digital transformation, operational modernisation, and strategic reform. It supports both targeted interventions and end-to-end delivery models across core service areas.
Published: 03/10/2025 17:51
UK4: Tender notice Published 03/10/2025

Digital Transformation Solutions and Enterprise Services


Contracting authority




Contracting authority:

Kent County Council (t/a Procurement Services)


Public Procurement Organisation Number:

PYCX-4938-CCHM


Address:


1 Abbey Wood Road
West Malling
ME19 4YT
UK


Contact name:

Jennifer Ware


Email:

jennifer.ware@csltd.org.uk


Telephone:

Not provided


Website:

Not provided


Organisation type:

REGIONAL_AUTHORITY


Devolved regulations that apply:

None




Procedure



Procedure type:


Open procedure





Preliminary market engagement conducted:

Yes



Tenders received:

0


Tenders assessed:

0


Tenders from SMEs:

0


Tenders from VCSEs:

0




Special regime:


None



Scope



Title:

Digital Transformation Solutions and Enterprise Services


Reference number:

Y26006


Main procurement category:

SERVICES


Description:

This Framework provides a compliant, flexible, and outcomes-focused route to market for public sector organisations seeking to deliver digital transformation, operational modernisation, and strategic reform. It supports both targeted interventions and end-to-end delivery models across core service areas.
To view this notice, please click here:
https://csg.delta-esourcing.com/delta/viewNotice.html?noticeId=982769817





Total value (estimated):


GBP 700,000,000 excluding VAT

GBP 840,000,000 including VAT



Maximum number of lots a supplier can bid for:

Not provided


Maximum number of lots a supplier can be awarded:

Not provided


Description of how multiple lots may be awarded:

Not provided



Lots



Lot 1: Digital and Service Transformation



Description:

This Lot covers services including, but not limited to, the design, delivery, and improvement of digital services and platforms across the public sector. Suppliers must be capable of delivering a full range of the following services, either directly or via a sub-contractor, if they are awarded onto the Framework:
•Agile delivery and multidisciplinary teams
•AI, RPA, chatbots, and workflow automation
•Behavioural insights and user research
•Consultancy
•CRM systems, customer portals, and online journeys
•Digital inclusion and accessibility
•Digital strategy and service design
•Low-code / no-code platforms
•Legacy system replacement and integration
•Operational support including hybrid mail services





Suitable for SMEs:

Yes


Suitable for VCSEs:

No



Value (estimated):


GBP 175,000,000 excluding VAT

GBP 210,000,000 including VAT



Contract dates (estimated):

01/02/2026 to 31/01/2030


CPV classifications:


72000000 - IT services: consulting, software development, Internet and support.

72200000 - Software programming and consultancy services.

72220000 - Systems and technical consultancy services.

72221000 - Business analysis consultancy services.

72223000 - Information technology requirements review services.

72224000 - Project management consultancy services.

72230000 - Custom software development services.

72240000 - Systems analysis and programming services.

72250000 - System and support services.

72253000 - Help-desk and support services.

72260000 - Software-related services.

72261000 - Software support services.

72262000 - Software development services.

72263000 - Software implementation services.

72266000 - Software consultancy services.

72300000 - Data services.

72510000 - Computer-related management services.

72590000 - Computer-related professional services.

72600000 - Computer support and consultancy services.

79417000 - Safety consultancy services.



Contract can be extended:

No



Delivery regions:


Not provided


Award criteria:


Name: Pricing / Weighting: 30

Name: Social Value / Weighting: 10

Name: Quality / Weighting: 60








Lot 2: IT, Cloud, and Cyber Services



Description:

This Lot covers services including, but not limited to, the design, delivery, and management of digital infrastructure, cloud environments, and cyber security across public sector organisations. Suppliers must be capable of delivering a full range of the following services, either directly or via a sub-contractor, if they are awarded onto the Framework:
•Cloud infrastructure, migration, hosting, and hybrid IT models
•Consultancy
•Cyber security audits, SOC, and penetration testing
•Disaster recovery and business continuity
•Integration with estates and smart building technologies
•IT operations automation (e.g. predictive maintenance)
•Managed IT services and support desks
•Network and device management
•Smart workplace and connectivity solutions





Suitable for SMEs:

Yes


Suitable for VCSEs:

Yes



Value (estimated):


GBP 175,000,000 excluding VAT

GBP 210,000,000 including VAT



Contract dates (estimated):

01/02/2026 to 31/01/2030


CPV classifications:


48000000 - Software package and information systems.

72000000 - IT services: consulting, software development, Internet and support.

72100000 - Hardware consultancy services.

72200000 - Software programming and consultancy services.

72212000 - Programming services of application software.

72212200 - Networking, Internet and intranet software development services.

72220000 - Systems and technical consultancy services.

72222300 - Information technology services.

72250000 - System and support services.

72260000 - Software-related services.

72500000 - Computer-related services.

72600000 - Computer support and consultancy services.

72800000 - Computer audit and testing services.

73000000 - Research and development services and related consultancy services.



Contract can be extended:

No



Delivery regions:


Not provided


Award criteria:


Name: Pricing / Weighting: 30

Name: Social Value / Weighting: 10

Name: Quality / Weighting: 60








Lot 3: People, Payroll, Pensions and Financial operations



Description:

This Lot covers services including, but not limited to, the transformation and management of public sector people operations, payroll, pensions, and procurement/payment functions. Suppliers must be capable of delivering a full range of the following services, either directly or via a sub-contractor, if they are awarded onto the Framework:
•AI tools for financial analytics
•AI tools for workforce planning
•Consultancy
•Digital Interviewing Solutions
•ERP/finance system integration and workflow design
•HR strategy and workforce transformation
•Learning & development, performance management
•Managed payroll and pensions services
•Payment services (e.g. BACS, payment gateways, Open Banking)
•Purchase-to-Pay (P2P) and invoice automation platforms
•Recruitment and onboarding platforms
•TUPE and workforce transition support





Suitable for SMEs:

Yes


Suitable for VCSEs:

Yes



Value (estimated):


GBP 100,000,000 excluding VAT

GBP 120,000,000 including VAT



Contract dates (estimated):

01/02/2026 to 31/01/2030


CPV classifications:


66100000 - Banking and investment services.

66110000 - Banking services.

66120000 - Investment banking services and related services.

66140000 - Portfolio management services.

66171000 - Financial consultancy services.

66520000 - Pension services.

66522000 - Group pension services.

79200000 - Accounting, auditing and fiscal services.

79210000 - Accounting and auditing services.

79211110 - Payroll management services.

79212000 - Auditing services.

79221000 - Tax consultancy services.

79222000 - Tax-return preparation services.

79600000 - Recruitment services.

79610000 - Placement services of personnel.



Contract can be extended:

No



Delivery regions:


Not provided


Award criteria:


Name: Pricing / Weighting: 30

Name: Social Value / Weighting: 10

Name: Quality / Weighting: 60








Lot 4: Estates, Facilities and Asset Management Technology



Description:

This Lot covers services including, but not limited to, the use of technology, data, and automation to support smart estates management, statutory compliance, and Net Zero delivery. Suppliers must be capable of delivering a full range of the following services, either directly or via a sub-contractor, if they are awarded onto the Framework:
•Asset register digitisation and lifecycle planning
•Building Management Systems (BMS) and automation
•CAFM platforms for planned and reactive maintenance
•Consultancy
•Estates dashboards and compliance tracking
•Integration with digital and finance infrastructure
•IoT sensors (e.g. fire, legionella, occupancy, energy)
•Predictive maintenance and analytics platforms
•Smart lighting, heating and energy optimisation systems





Suitable for SMEs:

Yes


Suitable for VCSEs:

Yes



Value (estimated):


GBP 125,000,000 excluding VAT

GBP 150,000,000 including VAT



Contract dates (estimated):

01/02/2026 to 31/01/2030


CPV classifications:


35120000 - Surveillance and security systems and devices.

45310000 - Electrical installation work.

50700000 - Repair and maintenance services of building installations.

70300000 - Real estate agency services on a fee or contract basis.

71314300 - Energy-efficiency consultancy services.

72224000 - Project management consultancy services.

77314000 - Grounds maintenance services.

79418000 - Procurement consultancy services.

79993100 - Facilities management services.

90500000 - Refuse and waste related services.

90700000 - Environmental services.

90910000 - Cleaning services.



Contract can be extended:

No



Delivery regions:


Not provided


Award criteria:


Name: Pricing / Weighting: 30

Name: Social Value / Weighting: 10

Name: Quality / Weighting: 60








Lot 5: Strategic Consultancy and Public Sector Reform



Description:

This Lot covers services including, but not limited to, strategic consultancy, organisational reform, and major transformation programme support across the public sector. Suppliers must be capable of delivering a full range of the following services, either directly or via a sub-contractor, if they are awarded onto the Framework:
•Business case development (Five Case Model / Green Book)
•Equality, diversity, inclusion, and digital inclusion strategies
•Governance, devolution, and partnership planning
•ICS and health & care integration strategies
•Innovation advisory and system redesign
•Net Zero strategy and cross-sector collaboration
•Organisational strategy and operating model reviews
•Portfolio and programme management
•Regeneration, levelling up, and place-based design





Suitable for SMEs:

Yes


Suitable for VCSEs:

Yes



Value (estimated):


GBP 125,000,000 excluding VAT

GBP 150,000,000 including VAT



Contract dates (estimated):

01/02/2026 to 31/01/2030


CPV classifications:


73220000 - Development consultancy services.

75100000 - Administration services.

79315000 - Social research services.

79400000 - Business and management consultancy and related services.

79410000 - Business and management consultancy services.

79411000 - General management consultancy services.

79411100 - Business-development consultancy services.

79412000 - Financial management consultancy services.

79413000 - Marketing management consultancy services.

79414000 - Human resources management consultancy services.

79415000 - Production management consultancy services.

79416000 - Public relations services.

79418000 - Procurement consultancy services.

79419000 - Evaluation consultancy services.

79421000 - Project-management services other than for construction work.

79430000 - Crisis management services.



Contract can be extended:

No



Delivery regions:


Not provided


Award criteria:


Name: Pricing / Weighting: 30

Name: Social Value / Weighting: 10

Name: Quality / Weighting: 60







Documents



Associated tender documents:


Not provided


Technical specifications:


Not provided



Submission




Enquiry deadline:

20/10/2025 Time: 14:00


Tender submission deadline:

03/11/2025 Time: 17:00


Submission address and any special instructions:

https://www.delta-esourcing.com


An electronic auction will be used:


No


Languages that may be used for submission:


English


Award decision date (estimated):

05/01/2026



Other information



Legal and financial capacity conditions of participation:

Not provided


Technical ability conditions of participation:

Not provided


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

Not provided


Government Procurement Agreement (GPA):

Not provided


A conflicts assessment has been prepared and revised:

Yes



Other organisations


Not provided
Award Notice
UK6: Contract award notice Published 27/03/2026

Digital Transformation Solutions and Enterprise Services


Contracting Authorities




Contracting authority:

Kent County Council (t/a Procurement Services)


Public Procurement Organisation Number:

PYCX-4938-CCHM


Address:


1 Abbey Wood Road
West Malling
ME19 4YT
UK


Contact name:

Jennifer Ware


Email:

jennifer.ware@csltd.org.uk


Telephone:

Not provided


Website:

Not provided


Organisation type:

REGIONAL_AUTHORITY


Devolved regulations that apply:

None




Procedure



Procedure type:


Open procedure





Preliminary market engagement conducted:

Yes



Tenders received:

0


Tenders assessed:

0


Tenders from SMEs:

0


Tenders from VCSEs:

0




Special regime:


None



Scope



Title:

Digital Transformation Solutions and Enterprise Services


Reference number:

Y26006


Main procurement category:

SERVICES


Description:

This Framework provides a compliant, flexible, and outcomes-focused route to market for public sector organisations seeking to deliver digital transformation, operational modernisation, and strategic reform. It supports both targeted interventions and end-to-end delivery models across core service areas.

Maximum percentage fee charged to suppliers is 0.75%
Contracting authorities that may use the framework:
This Framework is for use by Customers in the United Kingdom, British Overseas Territories, and Crown Dependencies that exist on 29/09/25 and which fall into one or more of the following categories:
•Ministerial government departments
•Non ministerial government departments
•Executive agencies of government
•Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs
•Assembly Sponsored Public Bodies (ASPBs)
•Police forces
•Fire and rescue services
•Ambulance services
•Maritime and coastguard agency services
•NHS bodies
•Educational bodies or establishments including state schools (nursery schools, primary schools, middle or high schools, secondary schools, special schools), academies, colleges, Pupil Referral Unit (PRU), further education colleges and universities
•Hospices
•National Parks
•Housing associations, including registered social landlords
•Third sector and charities
•Citizens advice bodies
•Councils, including county councils, district councils, county borough councils, community councils, London borough councils, unitary councils, metropolitan

This also includes any public bodies or authorities established or restructured as a result of governance changes introduced under the English Devolution bill

Suppliers are advised that the Contracting Authority and its Customers reserve the right to supply the tendered goods, services, and commodities to companies that have a majority public sector ownership by any of the public sector bodies referred to above during the Framework period as stated in this document, for the purpose of selling to other public, private and third sector organisations.
To view this notice, please click here:
https://csg.delta-esourcing.com/delta/viewNotice.html?noticeId=1024787694





Total value (estimated):


GBP 700,000,000 excluding VAT

GBP 840,000,000 including VAT



Maximum number of lots a supplier can bid for:

Not provided


Maximum number of lots a supplier can be awarded:

Not provided


Description of how multiple lots may be awarded:

Not provided




Contract value:

GBP 840,000,000 including VAT



Contract Details



Contract 1


Title:

Digital and Service Transformation


Reference number:

1


Contract value:

GBP 210,000,000 including VAT


Below the relevant threshold:

No


Award decision date:

23/03/2026


Earliest date the contract will be signed:

20/04/2026


Contract dates (estimated):

01/05/2026 to 30/04/2030


Main procurement category:

SERVICES


CPV classifications:


72000000 - IT services: consulting, software development, Internet and support.

72200000 - Software programming and consultancy services.

72220000 - Systems and technical consultancy services.

72221000 - Business analysis consultancy services.

72223000 - Information technology requirements review services.

72224000 - Project management consultancy services.

72230000 - Custom software development services.

72240000 - Systems analysis and programming services.

72250000 - System and support services.

72253000 - Help-desk and support services.

72260000 - Software-related services.

72261000 - Software support services.

72262000 - Software development services.

72263000 - Software implementation services.

72266000 - Software consultancy services.

72300000 - Data services.

72510000 - Computer-related management services.

72590000 - Computer-related professional services.

72600000 - Computer support and consultancy services.

79417000 - Safety consultancy services.



Delivery regions:


Not provided


Assessment summaries sent:

25/03/2026



Supplier




Supplier:

Hitachi Solutions Europe Ltd


Companies House:

PTLB-2519-QVYX


Address:


10 Bishopsgate, 23rd Floor
London
EC2N 4AY
UK


Email:

sdrake@hitachisolutions.com


Telephone:

Not provided


Small or medium-sized enterprise (SME):

Yes


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

Infosys Limited


Companies House:

PVTY-9281-RRXZ


Address:


10 Upper Bank Street
London
E14 5NP
UK


Email:

peter.gill@infosys.com


Telephone:

Not provided


Small or medium-sized enterprise (SME):

No


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

Kadel Consulting Limited


Companies House:

08583068


Address:


1 the Green
Richmond Upon Thames
TW9 1PL
UK


Email:

kay@kcl-digital.com


Telephone:

Not provided


Small or medium-sized enterprise (SME):

Yes


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

Softcat Plc


Companies House:

PZRT-9169-TVMT


Address:


Sixth floor of The Goods Yard Building, 6 Goods Yard Street
Manchester
M3 3BG
UK


Email:

psitq@softcat.com


Telephone:

Not provided


Small or medium-sized enterprise (SME):

No


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

Telefonica Tech Northern Ireland Limited


Companies House:

NI028408


Address:


Concourse Building 3, Queens Road,
Belfast
BT3 9DT
UK


Email:

Andrew.Knight@Telefonicatech.uk


Telephone:

Not provided


Small or medium-sized enterprise (SME):

No


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

Version 1 Solutions


Companies House:

PXVJ-5323-ZYVM


Address:


Suite 3D & E, Third Floor, 31 Temple Street
Birmingham
B2 5DB
UK


Email:

tendernotices@version1.com


Telephone:

Not provided


Small or medium-sized enterprise (SME):

No


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No





Contract 2


Title:

IT, Cloud, and Cyber Services


Reference number:

2


Contract value:

GBP 210,000,000 including VAT


Below the relevant threshold:

No


Award decision date:

23/03/2026


Earliest date the contract will be signed:

20/04/2026


Contract dates (estimated):

01/05/2026 to 30/04/2030


Main procurement category:

SERVICES


CPV classifications:


48000000 - Software package and information systems.

72000000 - IT services: consulting, software development, Internet and support.

72100000 - Hardware consultancy services.

72200000 - Software programming and consultancy services.

72212000 - Programming services of application software.

72212200 - Networking, Internet and intranet software development services.

72220000 - Systems and technical consultancy services.

72222300 - Information technology services.

72250000 - System and support services.

72260000 - Software-related services.

72500000 - Computer-related services.

72600000 - Computer support and consultancy services.

72800000 - Computer audit and testing services.

73000000 - Research and development services and related consultancy services.



Delivery regions:


Not provided


Assessment summaries sent:

25/03/2026



Supplier




Supplier:

Hitachi Solutions Europe Ltd


Companies House:

PTLB-2519-QVYX


Address:


10 Bishopsgate, 23rd Floor
London
EC2N 4AY
UK


Email:

sdrake@hitachisolutions.com


Telephone:

Not provided


Small or medium-sized enterprise (SME):

Yes


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

Goaco Group Ltd


Companies House:

07172265


Address:


Goaco, Fleet House Springhead Enterprise Park, Springhead Road,
Northfleet
DA11 8HJ
UK


Email:

Neeta.patel@goaco.com


Telephone:

Not provided


Small or medium-sized enterprise (SME):

Yes


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

Ricoh UK Ltd


Companies House:

01271033


Address:


2nd Floor, 900 Pavilion Drive, Northampton Business Park,
Northampton
NN4 7RG
UK


Email:

bid.team@ricoh.co.uk


Telephone:

Not provided


Small or medium-sized enterprise (SME):

No


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

Roc Technologies Limited


Companies House:

07579363


Address:


1 Lindenmuth Way, Greenham Business Park,
Thatcham
RG19 6AD
UK


Email:

robert.jones@roctechnologies.com


Telephone:

Not provided


Small or medium-sized enterprise (SME):

No


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

Softcat Plc


Companies House:

PZRT-9169-TVMT


Address:


Sixth floor of The Goods Yard Building, 6 Goods Yard Street
Manchester
M3 3BG
UK


Email:

psitq@softcat.com


Telephone:

Not provided


Small or medium-sized enterprise (SME):

No


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

The DMS Digital Group


Companies House:

05957619


Address:


Belmont House Deakins Business Park
Bolton
BL7 9RP
UK


Email:

Steve.small@thedmsgroup.co.uk


Telephone:

Not provided


Small or medium-sized enterprise (SME):

Yes


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No





Contract 3


Title:

People, Payroll, Pensions and Financial operations


Reference number:

3


Contract value:

GBP 120,000,000 including VAT


Below the relevant threshold:

No


Award decision date:

23/03/2026


Earliest date the contract will be signed:

20/04/2026


Contract dates (estimated):

01/05/2026 to 30/04/2030


Main procurement category:

SERVICES


CPV classifications:


66100000 - Banking and investment services.

66110000 - Banking services.

66120000 - Investment banking services and related services.

66140000 - Portfolio management services.

66171000 - Financial consultancy services.

66520000 - Pension services.

66522000 - Group pension services.

79200000 - Accounting, auditing and fiscal services.

79210000 - Accounting and auditing services.

79211110 - Payroll management services.

79212000 - Auditing services.

79221000 - Tax consultancy services.

79222000 - Tax-return preparation services.

79600000 - Recruitment services.

79610000 - Placement services of personnel.



Delivery regions:


Not provided


Assessment summaries sent:

25/03/2026



Supplier




Supplier:

Access Paysuite Ltd


Companies House:

04595169


Address:


Armstrong Building, 10 Oakwood Drive
Loughborough
LE11 3QF
UK


Email:

stacey.graham@theaccessgroup.com


Telephone:

01206 322575


Small or medium-sized enterprise (SME):

Yes


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

Hitachi Solutions Europe Ltd


Companies House:

PTLB-2519-QVYX


Address:


10 Bishopsgate, 23rd Floor
London
EC2N 4AY
UK


Email:

sdrake@hitachisolutions.com


Telephone:

Not provided


Small or medium-sized enterprise (SME):

Yes


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

Investigo Limited


Companies House:

04803377


Address:


10 Bishops Square
London
E1 6EG
UK


Email:

Felix.Hook@investigo.co.uk


Telephone:

Not provided


Small or medium-sized enterprise (SME):

No


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

Robpin Limited


Companies House:

08320929


Address:


Unit 19, Hollins Business Centre, 62 Rowley Street,
Stafford
ST16 2RH
UK


Email:

rob.mclaren@dig-x.com


Telephone:

Not provided


Small or medium-sized enterprise (SME):

Yes


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

VE3 Global Ltd


Companies House:

07343436


Address:


86-90 Paul Street
London
EC2A 4NE
UK


Email:

prime@ve3.global


Telephone:

Not provided


Small or medium-sized enterprise (SME):

Yes


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

Version 1 Solutions


Companies House:

PXVJ-5323-ZYVM


Address:


Suite 3D & E, Third Floor, 31 Temple Street
Birmingham
B2 5DB
UK


Email:

tendernotices@version1.com


Telephone:

Not provided


Small or medium-sized enterprise (SME):

No


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No





Contract 4


Title:

Estates, Facilities and Asset Management Technology


Reference number:

4


Contract value:

GBP 150,000,000 including VAT


Below the relevant threshold:

No


Award decision date:

23/03/2026


Earliest date the contract will be signed:

20/04/2026


Contract dates (estimated):

01/05/2026 to 30/04/2030


Main procurement category:

SERVICES


CPV classifications:


35120000 - Surveillance and security systems and devices.

45310000 - Electrical installation work.

50700000 - Repair and maintenance services of building installations.

70300000 - Real estate agency services on a fee or contract basis.

71314300 - Energy-efficiency consultancy services.

72224000 - Project management consultancy services.

77314000 - Grounds maintenance services.

79418000 - Procurement consultancy services.

79993100 - Facilities management services.

90500000 - Refuse and waste related services.

90700000 - Environmental services.

90910000 - Cleaning services.



Delivery regions:


Not provided


Assessment summaries sent:

25/03/2026



Supplier




Supplier:

Better Group Limited


Companies House:

10241361


Address:


1 Wildwood Terrace
London
NW3 7HT
UK


Email:

guthrie@bettergov.co.uk


Telephone:

Not provided


Small or medium-sized enterprise (SME):

Yes


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

Capita Business Services


Companies House:

02299747


Address:


First Floor, Kingdom Street, Paddington
London
W2 6BD
UK


Email:

Mike.Lansdown@capita.com


Telephone:

Not provided


Small or medium-sized enterprise (SME):

No


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

Investigo Limited


Companies House:

04803377


Address:


10 Bishops Square
London
E1 6EG
UK


Email:

Felix.Hook@investigo.co.uk


Telephone:

Not provided


Small or medium-sized enterprise (SME):

No


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

Neo Technology Solutions


Companies House:

11365841


Address:


8 th Floor, One Canada Square
Canary Wharf
E14 5AA
UK


Email:

Stuart.Payne@neotechnologysolutions.com


Telephone:

Not provided


Small or medium-sized enterprise (SME):

Yes


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

Ricoh UK Ltd


Companies House:

01271033


Address:


2nd Floor, 900 Pavilion Drive, Northampton Business Park,
Northampton
NN4 7RG
UK


Email:

bid.team@ricoh.co.uk


Telephone:

Not provided


Small or medium-sized enterprise (SME):

No


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

Telefonica Tech Northern Ireland Limited


Companies House:

NI028408


Address:


Concourse Building 3, Queens Road,
Belfast
BT3 9DT
UK


Email:

Andrew.Knight@Telefonicatech.uk


Telephone:

Not provided


Small or medium-sized enterprise (SME):

No


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No





Contract 5


Title:

Strategic Consultancy and Public Sector Reform


Reference number:

5


Contract value:

GBP 150,000,000 including VAT


Below the relevant threshold:

No


Award decision date:

23/03/2026


Earliest date the contract will be signed:

20/04/2026


Contract dates (estimated):

01/05/2026 to 30/04/2030


Main procurement category:

SERVICES


CPV classifications:


73220000 - Development consultancy services.

75100000 - Administration services.

79315000 - Social research services.

79400000 - Business and management consultancy and related services.

79410000 - Business and management consultancy services.

79411000 - General management consultancy services.

79411100 - Business-development consultancy services.

79412000 - Financial management consultancy services.

79413000 - Marketing management consultancy services.

79414000 - Human resources management consultancy services.

79415000 - Production management consultancy services.

79416000 - Public relations services.

79418000 - Procurement consultancy services.

79419000 - Evaluation consultancy services.

79421000 - Project-management services other than for construction work.

79430000 - Crisis management services.



Delivery regions:


Not provided


Assessment summaries sent:

25/03/2026



Supplier




Supplier:

Hitachi Solutions Europe Ltd


Companies House:

PTLB-2519-QVYX


Address:


10 Bishopsgate, 23rd Floor
London
EC2N 4AY
UK


Email:

sdrake@hitachisolutions.com


Telephone:

Not provided


Small or medium-sized enterprise (SME):

Yes


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

Inner Circle Consulting Limited


Companies House:

06799707


Address:


The Clove Building, 3rd Floor, Maguire Street
London
SE1 2NQ
UK


Email:

ctwigg@innercircleconsulting.co.uk


Telephone:

Not provided


Small or medium-sized enterprise (SME):

Yes


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

WM5G Limited


Companies House:

11848619


Address:


16 Summer Lane
Birmingham
B19 3SD
UK


Email:

lesley.holt@wm5g.org.uk


Telephone:

Not provided


Small or medium-sized enterprise (SME):

Yes


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

Softcat Plc


Companies House:

PZRT-9169-TVMT


Address:


Sixth floor of The Goods Yard Building, 6 Goods Yard Street
Manchester
M3 3BG
UK


Email:

psitq@softcat.com


Telephone:

Not provided


Small or medium-sized enterprise (SME):

No


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

Telefonica Tech Northern Ireland Limited


Companies House:

NI028408


Address:


Concourse Building 3, Queens Road,
Belfast
BT3 9DT
UK


Email:

Andrew.Knight@Telefonicatech.uk


Telephone:

Not provided


Small or medium-sized enterprise (SME):

No


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No






Supplier:

VE3 Global Ltd


Companies House:

07343436


Address:


86-90 Paul Street
London
EC2A 4NE
UK


Email:

prime@ve3.global


Telephone:

Not provided


Small or medium-sized enterprise (SME):

Yes


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No





Other organisations


Not provided