Notice Information
Notice Title
ICT Hardware, Software and Professional Services Framework_25
Notice 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 PS25,000,000 split as follows: Lot 1: PS12,000,000; and Lot 2: PS13,000,000. 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
Lot Information
Lot 1: Corporate and Education Hardware and Professional Services
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.
Lot 2: Corporate and Education Software and Professional Services.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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04e37d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/034588-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
30 - Office and computing machinery, equipment and supplies except furniture and software packages
48 - Software package and information systems
-
- CPV Codes
30200000 - Computer equipment and supplies
48000000 - Software package and information systems
Notice Value(s)
- Tender Value
- £25,000,000 £10M-£100M
- Lots Value
- £25,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 24 Jun 20258 months ago
- Submission Deadline
- 20 Mar 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 9 Jun 20258 months ago
- Contract Period
- 24 May 2025 - 24 May 2029 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active, Unsuccessful
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LIVERPOOL CITY COUNCIL
- Contact Name
- Mr Steve Haywood
- Contact Email
- steve.haywood@liverpool.gov.uk
- Contact Phone
- +44 1513510543
Buyer Location
- Locality
- LIVERPOOL
- Postcode
- L3 1DS
- Post Town
- Liverpool
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD7 Merseyside
- Small Region (ITL 3)
- TLD72 Liverpool
- Delivery Location
- TLD7 Merseyside
-
- Local Authority
- Liverpool
- Electoral Ward
- Waterfront South
- Westminster Constituency
- Liverpool Riverside
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04e37d-2025-06-24T09:42:24+01:00",
"date": "2025-06-24T09:42:24+01:00",
"ocid": "ocds-h6vhtk-04e37d",
"initiationType": "tender",
"tender": {
"id": "DN757985",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "ICT Hardware, Software and Professional Services Framework_25",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "30200000",
"description": "Computer equipment and supplies"
},
"mainProcurementCategory": "goods",
"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 PS25,000,000 split as follows: Lot 1: PS12,000,000; and Lot 2: PS13,000,000. 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",
"value": {
"amount": 25000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 2
},
"lots": [
{
"id": "1",
"title": "Lot 1: Corporate and Education Hardware and Professional Services",
"description": "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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "50"
}
]
},
"value": {
"amount": 12000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2025-05-25T00:00:00+01:00",
"endDate": "2029-05-24T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "2",
"title": "Lot 2: Corporate and Education Software and Professional Services.",
"description": "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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "50"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 13000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2025-05-25T00:00:00+01:00",
"endDate": "2029-05-24T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "30200000",
"description": "Computer equipment and supplies"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
}
],
"deliveryAddresses": [
{
"region": "UKD7"
},
{
"region": "UKD7"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "30200000",
"description": "Computer equipment and supplies"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
}
],
"deliveryAddresses": [
{
"region": "UKD7"
},
{
"region": "UKD7"
}
],
"relatedLot": "2"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com/",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 4,
"periodRationale": "Not applicable."
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2025-03-20T16:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2025-03-20T16:00:00Z"
},
"bidOpening": {
"date": "2025-03-20T16:00:00Z",
"address": {
"streetAddress": "Liverpool."
},
"description": "Liverpool City Council, Commercial Procurement Unit, Procurement Business Partner."
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-572",
"name": "Liverpool City Council",
"identifier": {
"legalName": "Liverpool City Council"
},
"address": {
"streetAddress": "4th Floor, Cunard Building",
"locality": "Liverpool",
"region": "UKD72",
"postalCode": "L3 1DS",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Steve Haywood",
"telephone": "+44 1513510543",
"email": "steve.haywood@liverpool.gov.uk",
"url": "https://procontract.due-north.com/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.liverpool.gov.uk",
"buyerProfile": "http://www.liverpool.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-1819",
"name": "Royal Court of Justice",
"identifier": {
"legalName": "Royal Court of Justice"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-88",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
]
},
{
"id": "GB-FTS-152218",
"name": "Bytes Software Services Limited",
"identifier": {
"legalName": "Bytes Software Services Limited"
},
"address": {
"streetAddress": "Bytes House Randalls Way, Leatherhead, Surrey, KT22 7TW",
"locality": "Leatherhead",
"region": "UKJ2",
"postalCode": "KT22 7TW",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-152219",
"name": "Phoenix Software Limited",
"identifier": {
"legalName": "Phoenix Software Limited"
},
"address": {
"streetAddress": "Blenheim House, York Road, Pocklington, York, YO42 1NS",
"locality": "York",
"region": "UKE21",
"postalCode": "YO42 1NS",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-152220",
"name": "Softcat PLC",
"identifier": {
"legalName": "Softcat PLC"
},
"address": {
"streetAddress": "Thames Industrial Estate, Fieldhouse Lane, Marlow, Buckinghamshire, SL7 1LW",
"locality": "Marlow",
"region": "UKJ1",
"postalCode": "SL7 1LW",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-3144",
"name": "Royal Court of Justice",
"identifier": {
"legalName": "Royal Court of Justice"
},
"address": {
"streetAddress": "Strand, London, WC2A 2LL",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody"
]
}
],
"buyer": {
"id": "GB-FTS-572",
"name": "Liverpool City Council"
},
"language": "en",
"awards": [
{
"id": "034588-2025-DN757985-1",
"relatedLots": [
"1"
],
"title": "Lot 1: Corporate and Education Hardware and Professional Services",
"status": "unsuccessful",
"statusDetails": "discontinued"
},
{
"id": "034588-2025-DN757985-2",
"relatedLots": [
"2"
],
"title": "Lot 2: Corporate and Education Software and Professional Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-152218",
"name": "Bytes Software Services Limited"
}
]
},
{
"id": "034588-2025-DN757985-3",
"relatedLots": [
"2"
],
"title": "Lot 2: Corporate and Education Software and Professional Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-152219",
"name": "Phoenix Software Limited"
}
]
},
{
"id": "034588-2025-DN757985-4",
"relatedLots": [
"2"
],
"title": "Lot 2: Corporate and Education Software and Professional Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-152220",
"name": "Softcat PLC"
}
]
}
],
"contracts": [
{
"id": "034588-2025-DN757985-2",
"awardID": "034588-2025-DN757985-2",
"title": "Lot 2: Corporate and Education Software and Professional Services",
"status": "active",
"dateSigned": "2025-06-10T00:00:00+01:00"
},
{
"id": "034588-2025-DN757985-3",
"awardID": "034588-2025-DN757985-3",
"title": "Lot 2: Corporate and Education Software and Professional Services",
"status": "active",
"dateSigned": "2025-06-10T00:00:00+01:00"
},
{
"id": "034588-2025-DN757985-4",
"awardID": "034588-2025-DN757985-4",
"title": "Lot 2: Corporate and Education Software and Professional Services",
"status": "active",
"dateSigned": "2025-06-10T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "3",
"measure": "bids",
"relatedLot": "2",
"value": 7
},
{
"id": "10",
"measure": "bids",
"relatedLot": "2",
"value": 7
},
{
"id": "17",
"measure": "bids",
"relatedLot": "2",
"value": 7
},
{
"id": "4",
"measure": "smeBids",
"relatedLot": "2",
"value": 4
},
{
"id": "11",
"measure": "smeBids",
"relatedLot": "2",
"value": 4
},
{
"id": "18",
"measure": "smeBids",
"relatedLot": "2",
"value": 4
},
{
"id": "5",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 0
},
{
"id": "12",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 0
},
{
"id": "19",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 0
},
{
"id": "6",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 0
},
{
"id": "13",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 0
},
{
"id": "20",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 0
},
{
"id": "7",
"measure": "electronicBids",
"relatedLot": "2",
"value": 7
},
{
"id": "14",
"measure": "electronicBids",
"relatedLot": "2",
"value": 7
},
{
"id": "21",
"measure": "electronicBids",
"relatedLot": "2",
"value": 7
},
{
"id": "1",
"measure": "lowestValidBidValue",
"relatedLot": "2",
"value": 0.01,
"currency": "GBP"
},
{
"id": "8",
"measure": "lowestValidBidValue",
"relatedLot": "2",
"value": 0.01,
"currency": "GBP"
},
{
"id": "15",
"measure": "lowestValidBidValue",
"relatedLot": "2",
"value": 0.01,
"currency": "GBP"
},
{
"id": "2",
"measure": "highestValidBidValue",
"relatedLot": "2",
"value": 13000000,
"currency": "GBP"
},
{
"id": "9",
"measure": "highestValidBidValue",
"relatedLot": "2",
"value": 13000000,
"currency": "GBP"
},
{
"id": "16",
"measure": "highestValidBidValue",
"relatedLot": "2",
"value": 13000000,
"currency": "GBP"
}
]
}
}