Contract notice
Section I: Contracting 
        authority        
      
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/
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 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.1.5) Estimated total value
  Value excluding VAT: 
			25 000 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        Yes
      
  Tenders may be submitted for all lots
  
                Maximum number of lots that may be awarded to one tenderer: 2
 
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
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 40
    
                    Quality criterion: Social Value
                    / Weighting: 10
    
                    Price
                    
                      / Weighting: 
                      50
    II.2.6) Estimated value
    Value excluding VAT: 
			12 000 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Start:
                25/05/2025
    
                End:
                24/05/2029
    
                  This contract is subject to renewal: No
                
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    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
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 50
    
                    Quality criterion: Social Value
                    / Weighting: 10
    
                    Price
                    
                      / Weighting: 
                      40
    II.2.6) Estimated value
    Value excluding VAT: 
			13 000 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Start:
                25/05/2025
    
                End:
                24/05/2029
    
                  This contract is subject to renewal: No
                
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    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 with several operators.
  
                            Envisaged maximum number of participants to the framework agreement: 4
  
                        Justification for any framework agreement duration exceeding 4 years: Not applicable.
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              20/03/2025
  
                Local time: 16:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  IV.2.6) Minimum time frame during which the tenderer must maintain the tender
  
                Duration in months: 4 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              20/03/2025
  
              Local time: 16:00
  Place:
  Liverpool.
  Information about authorised persons and opening procedure:
  Liverpool City Council, Commercial Procurement Unit, Procurement Business Partner.
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.4) Procedures for review
  VI.4.1) Review body
  
    Royal Court of Justice
    Strand
    London
    WC2A 2LL
    UK
   
  VI.4.2) Body responsible for mediation procedures
  
    Royal Courts of Justice
    Strand
    London
    WC2A 2LL
    UK
   
 
VI.5) Date of dispatch of this notice
18/02/2025