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 Notice

ICT Hardware, Software and Services Framework_25

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • 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)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
Liverpool City Council
Authority ID:
AA20656
Publication date:
12 March 2025
Deadline date:
20 March 2025
Notice type:
Contract 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 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

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.