Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Rotherham Metropolitan Borough Council
GB173552264
Riverside House, Main Street
Rotherham
S60 1AE
UK
Contact person: Matthew Everatt
Telephone: +44 1709334119
E-mail: matthew.everatt@rotherham.gov.uk
NUTS: UKE31
Internet address(es)
Main address: https://www.rotherham.gov.uk/
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104118
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
24-181 Information Technology Service Management (ITSM) Solution
Reference number: 24-181
II.1.2) Main CPV code
48000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Rotherham Metropolitan Borough Council (RMBC / the Council) has undertaken a procurement exercise to appoint a supplier for the provision of an Information Technology Service Management (ITSM) and Information Technology Asset Management (ITAM) solution as per the Councils requirements.
The procurement exercise was conducted as a cross lot further competition under the Crown Commercial Services (CCS); Technology Services 3 framework; Lot 3b: Operational Services - Operational Management and Lot 3c: Operational Services - Technical Management.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
498 114.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKE31
II.2.4) Description of the procurement
Rotherham Metropolitan Borough Council (RMBC / the Council) has undertaken a procurement exercise to appoint a supplier for the provision of an Information Technology Service Management (ITSM) and Information Technology Asset Management (ITAM) solution as per the Councils requirements.
II.2.5) Award criteria
Quality criterion: Quality (Inc. Social Value)
/ Weighting: 80
Price
/ Weighting:
20
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
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation
The procurement exercise was conducted as a cross lot further competition under the Crown Commercial Services (CCS); Technology Services 3 framework; Lot 3b: Operational Services - Operational Management and Lot 3c: Operational Services - Technical Management.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section V: Award of contract
Contract No: 1
Title: Information Technology Service Management (ITSM) Solution
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
30/10/2025
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Specialist Computer Centres (SCC)
01428210
James House, Warwick Road
Birmingham
B11 2LE
UK
Telephone: +44 1217667000
E-mail: frameworksales@scc.com
NUTS: UKG31
Internet address(es)
URL: http://www.scc.com
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 228 967.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
High Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the Contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4) Service from which information about the review procedure may be obtained
High Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
17/11/2025