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