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.

Contract Award Notice

ICT Hardware, Software and Professional Services Framework_25

  • First published: 01 July 2025
  • Last modified: 01 July 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

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-04e37d
Published by:
Liverpool City Council
Authority ID:
AA20656
Publication date:
01 July 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Liverpool City Council requires up to four suppliers to provide ICT Hardware, Software and

Professional Services to the Council and partner organisations.

The procurement will consist of the creation of a multi-lot, multi-supplier framework

consisting of two lots as follows:

Lot 1: Corporate and Education Hardware and Professional Services; and

Lot 2: Corporate and Education Software and Professional Services.

The framework will last for four years, with a total framework value of £25,000,000 split as

follows:

Lot 1: £12,000,000; and

Lot 2: £13,000,000.

The framework is primarily for use by Liverpool City Council and partner organisations, but on

occasion, the framework may also be used by:

- Halton Borough Council

- Knowsley Metropolitan Borough Council

- Sefton Metropolitan Borough Council

- St Helens Borough Council

- Wirral Metropolitan Borough Council

- Liverpool City Region Combined Authority

- Merseytravel

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Liverpool City Council

4th Floor, Cunard Building

Liverpool

L3 1DS

UK

Contact person: Mr Steve Haywood

Telephone: +44 1513510543

E-mail: steve.haywood@liverpool.gov.uk

NUTS: UKD72

Internet address(es)

Main address: http://www.liverpool.gov.uk

Address of the buyer profile: http://www.liverpool.gov.uk

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

ICT Hardware, Software and Professional Services Framework_25

Reference number: DN757985

II.1.2) Main CPV code

30200000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Liverpool City Council requires up to four suppliers to provide ICT Hardware, Software and

Professional Services to the Council and partner organisations.

The procurement will consist of the creation of a multi-lot, multi-supplier framework

consisting of two lots as follows:

Lot 1: Corporate and Education Hardware and Professional Services; and

Lot 2: Corporate and Education Software and Professional Services.

The framework will last for four years, with a total framework value of £25,000,000 split as

follows:

Lot 1: £12,000,000; and

Lot 2: £13,000,000.

The framework is primarily for use by Liverpool City Council and partner organisations, but on

occasion, the framework may also be used by:

- Halton Borough Council

- Knowsley Metropolitan Borough Council

- Sefton Metropolitan Borough Council

- St Helens Borough Council

- Wirral Metropolitan Borough Council

- Liverpool City Region Combined Authority

- Merseytravel

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 25 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1: Corporate and Education Hardware and Professional Services

II.2.2) Additional CPV code(s)

30200000

48000000

II.2.3) Place of performance

NUTS code:

UKD7

II.2.4) Description of the procurement

Lot 1: Corporate and Education Hardware and Professional Services.

This is a single Supplier lot.

The Supplier will be required to become a supply partner for any ICT hardware related goods

and professional services that are required by the Customer.

The Supplier may also be required to facilitate requests for the support and maintenance of a

variety specialist hardware solutions. These hardware solutions are currently covered by

support and maintenance contracts which will likely run to their Termination Date, but these

Contracts will expire during the term of the Framework.

Examples of the typical requirements are given in the tender documentation.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 40

Quality criterion: Social Value / Weighting: 10

Price / Weighting:  50

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Lot 2: Corporate and Education Software and Professional Services.

II.2.2) Additional CPV code(s)

30200000

48000000

II.2.3) Place of performance

NUTS code:

UKD7

II.2.4) Description of the procurement

Lot 2: Corporate and Education Software and Professional Services.

This lot will consist of up to three suppliers.

The Suppliers will be required to supply computer software to both corporate and educational organisations. Suppliers will not be ranked on the Framework in any way, and all

three Suppliers will be invited to partake in each Further Competition.

The range of software to be provided may include, but is not limited to, the following:

• Business function specific software.

• Content authoring, editing and management software.

• Educational or reference software.

• Finance accounting and enterprise resource planning Enterprise Resource Planning

software.

• Operating environment software (including Microsoft Enterprise Software Agreement

which is due for re-tender 2023, and may be procured via further competition on this

Framework).

• Security and protection software.

• System management software.

• Utility and device driver software.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 50

Quality criterion: Social Value / Weighting: 10

Price / Weighting:  40

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2025/S 000-005669

Section V: Award of contract

Lot No: 1

Contract No: DN757985

Title: Lot 1: Corporate and Education Hardware and Professional Services

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)

Section V: Award of contract

Lot No: 2

Contract No: DN757985

Title: Lot 2: Corporate and Education Software and Professional Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/06/2025

V.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Bytes Software Services Limited

Bytes House Randalls Way, Leatherhead, Surrey, KT22 7TW

Leatherhead

KT22 7TW

UK

NUTS: UKJ2

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 13 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: DN757985

Title: Lot 2: Corporate and Education Software and Professional Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/06/2025

V.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Phoenix Software Limited

Blenheim House, York Road, Pocklington, York, YO42 1NS

York

YO42 1NS

UK

NUTS: UKE21

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 13 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: DN757985

Title: Lot 2: Corporate and Education Software and Professional Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/06/2025

V.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Softcat PLC

Thames Industrial Estate, Fieldhouse Lane, Marlow, Buckinghamshire, SL7 1LW

Marlow

SL7 1LW

UK

NUTS: UKJ1

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 13 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Royal Court of Justice

Strand, London, WC2A 2LL

London

WC2A 2LL

UK

VI.4.2) Body responsible for mediation procedures

Royal Court of Justice

Strand, London, WC2A 2LL

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

24/06/2025

Coding

Commodity categories

ID Title Parent category
30200000 Computer equipment and supplies Office and computing machinery, equipment and supplies except furniture and software packages
48000000 Software package and information systems Computer 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:
steve.haywood@liverpool.gov.uk
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.