Notice Information
Notice Title
Education Systems Portfolio
Notice Description
Norfolk County Council is provisionally awarding a contract to purchase a software system that covers the end-to-end processes in its Children's Services Department. This contract also includes support and maintenance for the system and professional services for implementation and ongoing requirements.
Lot Information
Lot LOT-0001
Options: The council will have the right to purchase (1) additional licenses if usage or numbers of users increase (2) additional support hours and professional services if required to maximise the return on investment for the Council and to maintain or improve the wholistic view of the child and support efficient access to services (3) additional modules and additional functionality to maximise the return on investment for the Council and to maintain or improve the wholistic view of the child and support efficient access to services (5)Training to ensure maximum and efficient use of the system.
Renewal: This contract is for an initial term of 7 years plus an additional 5 years plus a further 5 years at the Council's discretion. The start date is the go live date of the system and support and maintenance. The estimate value in this notice is for the full 17 years of the contract not including VAT or indexation.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04edf9
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/009866-2026
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
48000000 - Software package and information systems
72000000 - IT services: consulting, software development, Internet and support
Notice Value(s)
- Tender Value
- £4,000,000 £1M-£10M
- Lots Value
- £4,000,000 £1M-£10M
- Awards Value
- £2,880,721 £1M-£10M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 4 Feb 20262 weeks ago
- Submission Deadline
- 28 Apr 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 4 Feb 20262 weeks ago
- Contract Period
- 20 Feb 2026 - 30 Aug 2033 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORFOLK COUNTY COUNCIL
- Contact Name
- Not specified
- Contact Email
- sourcingteam@norfolk.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- NORWICH
- Postcode
- NR1 2DH
- Post Town
- Norwich
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH5 Norfolk
- Small Region (ITL 3)
- TLH51 Norwich and East Norfolk
- Delivery Location
- TLH15 Norwich and East Norfolk, TLH16 North and West Norfolk, TLH17 Breckland and South Norfolk
-
- Local Authority
- Norwich
- Electoral Ward
- Lakenham
- Westminster Constituency
- Norwich South
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/009866-2026
4th February 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/009754-2025
17th March 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/009707-2025
17th March 2025 - Tender notice on Find a Tender
Notice URLs
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-04edf9-2026-02-04T11:15:23Z",
"date": "2026-02-04T11:15:23Z",
"ocid": "ocds-h6vhtk-04edf9",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PDYH-3246-XWTR",
"name": "Norfolk County Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PDYH-3246-XWTR"
},
"address": {
"streetAddress": "County Hall, Martineau Lane",
"locality": "Norwich",
"postalCode": "NR1 2DH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH15"
},
"contactPoint": {
"email": "sourcingteam@norfolk.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-COH-02343760",
"name": "Access UK Limited",
"identifier": {
"scheme": "GB-COH",
"id": "02343760"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PBNW-7697-HCPQ"
}
],
"address": {
"streetAddress": "Armstrong Building Oakwood Drive",
"locality": "Loughborough",
"postalCode": "LE11 3QF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF22"
},
"contactPoint": {
"email": "servelec.lg.bids@theaccessgroup.com"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.theaccessgroup.com",
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-PPON-PDYH-3246-XWTR",
"name": "Norfolk County Council"
},
"tender": {
"id": "NCCT42930",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Education Systems Portfolio",
"description": "Norfolk County Council is provisionally awarding a contract to purchase a software system that covers the end-to-end processes in its Children's Services Department. This contract also includes support and maintenance for the system and professional services for implementation and ongoing requirements.",
"status": "complete",
"items": [
{
"id": "LOT-0001",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UKH15",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH16",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH17",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH15",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH16",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH17",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "LOT-0001"
}
],
"value": {
"amountGross": 4800000,
"amount": 4000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The Council will be using the Competitive Flexible Procedure as defined in the Procurement Act 2023. The process will be as follows: - 1. Bidders will complete the Invitation to Initial Tender (including draft pricing) and submit in accordance with the timelines at section 5 of this Invitation to Initial Tender. 2. If there are 4 bidders or less who pass Form B(Grounds for Exclusion) , C (Compliance with minimum standards) and D ( Willingness and ability to comply with contractual requirements) of the Invitation to Initial Tender then those bidders will be invited to participate in dialogue and submit a final tender. 3. If there are more than 4 bidders who pass Form B, C and D, then the Council will evaluate the responses to Form F (not including pricing) and will take through the top 4 scored bids. The Initial Tenders will be scored in accordance with the process set out in this Invitation to Initial Tender. 4. During dialogue, bidders will be able to refine their bid (including pricing) and the Council reserves the right to amend the specification, scenarios for demo, pricing spreadsheet and terms and conditions before requesting Final Tenders. 5. At the close of dialogue, bidders will be issued with the Invitation to Final Tender (including the final specification, scenarios for demo, pricing spreadsheet ( and define sub-weightings) and terms and conditions). 6. As part of the evaluation of the final tender, bidders will be required to demonstrate their system in accordance with the scenarios issued with the Invitation to Final Tender. 7. Bidders should note that the Council may request a further version of the pricing list and/or raise clarifications on bidders quality responses before dialogue. This procurement has not been divided into lots as If more than one system is purchased this will mean multiple integrations, multiple support and maintenance contracts and thus costly to the Council to manage. It also increases the risk that the Council will not have the correct and whole overview of the child."
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"submissionMethodDetails": "https://in-tendhost.co.uk/norfolkcc/aspx/Tenders/Current. This procurement will be managed electronically via the Council's e-procurement system. To participate in this procurement, applicants must first be registered on the system at https://in-tendhost.co.uk/norfolkcc. Full instructions for registration and use of the system can be found at https://in-tendhost.co.uk/norfolkcc/aspx/BuyerProfiles. Once registered you will be able to see the procurement project under the 'tenders' section and 'express an interest' to view the documentation. If you encounter any difficulties whilst using the system you can contact the In-tend support team by phoning +44 8442728810 or e-mailing support@in-tend.co.uk.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-04-28T15:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2025-04-14T15:00:00+01:00"
},
"awardPeriod": {
"endDate": "2025-11-10T23:59:59Z"
},
"lots": [
{
"id": "LOT-0001",
"status": "complete",
"value": {
"amountGross": 4800000,
"amount": 4000000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Quality is 70% and price is 30%. The quality criteria are 1. Security ( pass/fail) 2. Non functional requirements ( pass/fail) 3. Product (3%) 4. Implementation (4%) 5. Training (1%) 6. Common Functionality (5%) 7. Case management ( 4%) 8.System integration and import/export and extraction of data (4%) 9. Creating and managing cohorts (2%) 10.Early years, childhood and family service (3%) 11.Place planning, Admissions, Transfers, Free school meals and fair access, Home to school transport (3%) 12. SEND planning and provision (5%) 13. Education inclusion (3%) 14. Post 16 (1%) 15. Education funding (2%). 16. Reporting - technical architecture ( 2%) 17. Reporting and analytics (2%) 18. Support (2%) 19. Portals (5%) 20. Configuration (3%) 21 Social Value (1%).",
"criteria": [
{
"type": "price",
"name": "Simple description",
"description": "Quality is 70% and price is 30%. The quality criteria are 1. Security ( pass/fail) 2. Non functional requirements ( pass/fail) 3. Product (3%) 4. Implementation (4%) 5. Training (1%) 6. Common Functionality (5%) 7. Case management ( 4%) 8.System integration and import/export and extraction of data (4%) 9. Creating and managing cohorts (2%) 10.Early years, childhood and family service (3%) 11.Place planning, Admissions, Transfers, Free school meals and fair access, Home to school transport (3%) 12. SEND planning and provision (5%) 13. Education inclusion (3%) 14. Post 16 (1%) 15. Education funding (2%). 16. Reporting - technical architecture ( 2%) 17. Reporting and analytics (2%) 18. Support (2%) 19. Portals (5%) 20. Configuration (3%) 21 Social Value (1%)."
},
{
"type": "cost",
"name": "Simple description",
"description": "Quality is 70% and price is 30%. Price will be for implementation, support and maintenance and integrations. Evaluation will be for the first 7 years of the contract. Price maybe sub-weighted following dialogue if it is not possible to fix cost. The quality criteria are 1. Security ( pass/fail) 2. Non functional requirements ( pass/fail) 3. Product (3%) 4. Implementation (4%) 5. Training (1%) 6. Common Functionality (5%) 7. Case management ( 4%) 8.System integration and import/export and extraction of data (4%) 9. Creating and managing cohorts (2%) 10.Early years, childhood and family service (3%) 11.Place planning, Admissions, Transfers, Free school meals and fair access, Home to school transport (3%) 12. SEND planning and provision (5%) 13. Education inclusion (3%) 14. Post 16 (1%) 15. Education funding (2%). 16. Reporting - technical architecture ( 2%) 17. Reporting and analytics (2%) 18. Support (2%) 19. Portals (5%) 20. Configuration (3%) 21 Social Value (1%)."
}
]
},
"contractPeriod": {
"startDate": "2025-11-20T00:00:00Z",
"endDate": "2033-08-01T23:59:59+01:00",
"maxExtentDate": "2043-07-31T23:59:59Z"
},
"suitability": {
"sme": true
},
"hasRenewal": true,
"renewal": {
"description": "This contract is for an initial term of 7 years plus an additional 5 years plus a further 5 years at the Council's discretion. The start date is the go live date of the system and support and maintenance. The estimate value in this notice is for the full 17 years of the contract not including VAT or indexation."
},
"hasOptions": true,
"options": {
"description": "The council will have the right to purchase (1) additional licenses if usage or numbers of users increase (2) additional support hours and professional services if required to maximise the return on investment for the Council and to maintain or improve the wholistic view of the child and support efficient access to services (3) additional modules and additional functionality to maximise the return on investment for the Council and to maintain or improve the wholistic view of the child and support efficient access to services (5)Training to ensure maximum and efficient use of the system."
}
}
],
"documents": [
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "Clarification documents will be issued via https://in-tendhost.co.uk/norfolkc"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "009707-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/009707-2025",
"datePublished": "2025-03-17T15:03:16Z",
"format": "text/html"
},
{
"id": "A-210",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-210",
"format": "application/pdf"
},
{
"id": "A-211",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-211",
"format": "application/pdf"
},
{
"id": "A-212",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-212",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "A-213",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-213",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-214",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-214",
"format": "application/vnd.openxmlformats-officedocument.presentationml.presentation"
},
{
"id": "A-215",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-215",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-216",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-216",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "A-217",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-217",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "009754-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/009754-2025",
"datePublished": "2025-03-17T16:58:53Z",
"format": "text/html"
}
],
"contractTerms": {
"financialTerms": "As per the terms and conditions issued with this procurement"
},
"riskDetails": "Norfolk County Council has joined the government's Devolution Priority Programme. This process has the potential to lead to the establishment of a county combined authority for Norfolk and Suffolk, with strategic powers, headed by an elected mayor. A consultation is under way. Government has also invited participation by Norfolk in Local Government Review. This process has the potential to lead to unitary local government in Norfolk. One of these changes could happen without the other. The contract may be assigned or novated to any successor authority(ies) to Norfolk County Council or to any joint body incorporating or formed by any such successor. The County Council or a successor authority or joint body may order services on behalf of other local authorities serving any area within Norfolk's current geographical boundaries.",
"coveredBy": [
"GPA",
"CPTPP"
],
"amendments": [
{
"id": "009754-2025",
"description": "Notice was issued via in-tend and did not take through all information. The following changes have been made:- 1. Tender documents added 2. Contract extensions added 3. Rationale for value 4. Options added 5. Description of cost 6. Amended description of risks to contract performance"
}
]
},
"language": "en",
"planning": {
"noEngagementNoticeRationale": "A market engagement notice has been published ref 2025/S 000-009212 and OCID reference ocds-h6vhtk-04ecbb."
},
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 3,
"relatedLot": "LOT-0001"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 2,
"relatedLot": "LOT-0001"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 0,
"relatedLot": "LOT-0001"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "LOT-0001"
}
]
},
"awards": [
{
"id": "1",
"title": "Education Systems Portfolio",
"status": "pending",
"date": "2026-02-04T00:00:00Z",
"value": {
"amountGross": 3456865.2,
"amount": 2880721,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-02343760",
"name": "Access UK Limited"
}
],
"items": [
{
"id": "LOT-0001",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UKH15",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH16",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH17",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "LOT-0001"
}
],
"standstillPeriod": {
"endDate": "2026-02-13T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-02-20T00:00:00Z",
"endDate": "2033-08-30T23:59:59+01:00",
"maxExtentDate": "2043-08-30T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The contract can be extended at the discretion of the Council by 5 years plus an additional 5 years. The 7 year initial term is from go live which is estimated to be August 2026"
},
"hasOptions": true,
"options": {
"description": "The council will have the right to purchase (1) additional licenses if usage or numbers of users increase (2) additional support hours and professional services if required to maximise the return on investment for the Council and to maintain or improve the holistic view of the child and support efficient access to services (3) additional modules and additional functionality to maximise the return on investment for the Council and to maintain or improve the holistic view of the child and support efficient access to services (5) Additional training to ensure maximum and efficient use of the system. Please note that both Norfolk County Council and Suffolk County Council have approved a devolution deal which is expected to lead to the establishment of a Mayoral Combined County Authority with strategic powers, headed by an elected mayor. Subject to the government laying a Statutory Instrument and to its approval by Parliament to formally establish the new combined authority, the first Mayoral election is expected to be in 2028. Government has also invited participation by Norfolk in Local Government Review. This process has the potential to lead to unitary local government in Norfolk. One of these changes could happen without the other. The contract may be assigned or novated to any successor authority(ies) to Norfolk County Council or to any joint body incorporating or formed by any such successor. The County Council or a successor authority or joint body may order services on behalf of other local authorities serving any area within Norfolk's current geographical boundaries."
},
"relatedLots": [
"LOT-0001"
],
"documents": [
{
"id": "009866-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/009866-2026",
"datePublished": "2026-02-04T11:15:23Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2026-02-04T00:00:00Z",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-02-19T23:59:59Z",
"status": "scheduled"
}
]
}
]
}