Tender

Provision of an Income Management System & Associated Services

LEICESTER CITY COUNCIL

This public procurement record has 5 releases in its history.

TenderCancellation

16 Apr 2026 at 12:58

TenderUpdate

06 Mar 2026 at 17:09

Tender

13 Feb 2026 at 16:39

Planning

27 Jan 2026 at 14:51

Planning

22 May 2025 at 14:46

Summary of the contracting process

Leicester City Council recently commenced a tendering process for the provision of an Income Management System and Associated Services, originally anticipated to streamline payment and management software solutions. Despite a thorough tender evaluation, the procurement process was cancelled on 16 April 2026 due to submissions not meeting the mandatory requirements and budget constraints. This tender falls under the industry category of 'Software package and information systems' with an estimated value of £5,600,000. The procurement method was open, and Leicester was the designated region for delivery. Initially, the tender involved engaging suppliers capable of providing a cloud-hosted service in line with LCC's ICT policies. Although the current contract was planned for installation starting February 2027, unexpected planning amendments have altered timelines, with Leicester City Council reevaluating a direct award strategy.

This procurement offers substantial opportunities for businesses specialising in cloud-hosted software solutions, particularly SMEs and social enterprises, given the Council's emphasis on quality and pricing criteria. Companies with a strong background in integrating multiple payment channels and systems, and those capable of delivering high-performance cloud solutions, will find scope in submitting competitive tenders. This tender process also signals prospective long-term engagements for capable suppliers, with options to extend contracts beyond the initial two-year period, subject to performance. Businesses adept in cloud computing and payment management systems are encouraged to monitor developments for direct award opportunities or future tender openings, as Leicester City Council revisits contract awarding strategies.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Provision of an Income Management System & Associated Services

Notice Description

Leicester City Council (LCC) needs to replace its payment and income management software as the current contract expires in 2027. The system takes customer balances from various host systems and facilitates payments through a variety of channels. Transactional data is fed back to the host systems in addition to the main accounting system, currently Unit4 Business World. The current IMS software is cloud-hosted, and it is an LCC ICT policy to remain with a cloud-hosted solution. On-premises solutions will not be considered at this time. The Council wishes to appoint a single provider to enter into contract to supply, install and maintain the system for an initial term of two (2) years, with the option to extend the maintenance contract for a further two (2), plus two (2), plus two (2) + two (2) year(s) under the same terms and conditions. Extensions will be subject to satisfactory performance by the successful provider. As demonstrated during the Pre-Market Engagement exercise, there are suppliers capable of delivering all required services without the need for lotting. It is therefore anticipated that this approach will enable more streamlined integration and simplified contract management.

Lot Information

Lot 1

Renewal: The initial term is 2 years with the option to extend for 2+2+2+2 years

Planning Information

Please note this is a Preliminary Market Engagement, it is not a formal invitation to tender. Suppliers must complete a questionnaire and submit the responses by 6th June 2025. To enhance our understanding of the solutions currently available in the market and in addition to the submitted questionnaire, we may invite suitable suppliers who meet the essential requirements identified in the PME document to deliver an overview presentation of their solution and its functionality. For more information regarding the process, you can access the PME document by following this link: https://procontract.due-north.com/Advert?advertId=14fb73d0-1a37-f011-8136-005056b64545

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-051ec3
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/034724-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK12 - Procurement Termination Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems


CPV Codes

48000000 - Software package and information systems

Notice Value(s)

Tender Value
£5,600,000 £1M-£10M
Lots Value
£5,600,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Apr 20261 weeks ago
Submission Deadline
20 Mar 2026Expired
Future Notice Date
13 Feb 2026Expired
Award Date
Not specified
Contract Period
1 Feb 2027 - 31 Jan 2029 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Cancelled
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LEICESTER CITY COUNCIL
Additional Buyers

MISSING

Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LEICESTER
Postcode
LE1 1FZ
Post Town
Leicester
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF2 Leicestershire, Rutland and Northamptonshire
Small Region (ITL 3)
TLF21 Leicester
Delivery Location
Not specified

Local Authority
Leicester
Electoral Ward
Castle
Westminster Constituency
Leicester South

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-051ec3-2026-04-16T13:58:58+01:00",
    "date": "2026-04-16T13:58:58+01:00",
    "ocid": "ocds-h6vhtk-051ec3",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PXRT-5737-VBQD",
            "name": "Leicester City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXRT-5737-VBQD"
            },
            "address": {
                "streetAddress": "City Hall, 115 Charles Street",
                "locality": "Leicester",
                "postalCode": "LE1 1FZ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF21"
            },
            "contactPoint": {
                "name": "Pamela Chirara",
                "email": "pamela.chirara@leicester.gov.uk",
                "telephone": "+44 1164543502"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.leicester.gov.uk",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PXRT-5737-VBQD",
        "name": "Leicester City Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Please note this is a Preliminary Market Engagement, it is not a formal invitation to tender. Suppliers must complete a questionnaire and submit the responses by 6th June 2025. To enhance our understanding of the solutions currently available in the market and in addition to the submitted questionnaire, we may invite suitable suppliers who meet the essential requirements identified in the PME document to deliver an overview presentation of their solution and its functionality. For more information regarding the process, you can access the PME document by following this link: https://procontract.due-north.com/Advert?advertId=14fb73d0-1a37-f011-8136-005056b64545",
                "dueDate": "2025-06-06T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "025158-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/025158-2025",
                "datePublished": "2025-05-22T15:46:38+01:00",
                "format": "text/html"
            },
            {
                "id": "007172-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/007172-2026",
                "datePublished": "2026-01-27T14:51:16Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "1055PCFIN",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Provision of an Income Management System & Associated Services",
        "description": "Leicester City Council (LCC) needs to replace its payment and income management software as the current contract expires in 2027. The system takes customer balances from various host systems and facilitates payments through a variety of channels. Transactional data is fed back to the host systems in addition to the main accounting system, currently Unit4 Business World. The current IMS software is cloud-hosted, and it is an LCC ICT policy to remain with a cloud-hosted solution. On-premises solutions will not be considered at this time. The Council wishes to appoint a single provider to enter into contract to supply, install and maintain the system for an initial term of two (2) years, with the option to extend the maintenance contract for a further two (2), plus two (2), plus two (2) + two (2) year(s) under the same terms and conditions. Extensions will be subject to satisfactory performance by the successful provider. As demonstrated during the Pre-Market Engagement exercise, there are suppliers capable of delivering all required services without the need for lotting. It is therefore anticipated that this approach will enable more streamlined integration and simplified contract management.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "relatedLot": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "mainProcurementCategory": "goods",
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2027-02-01T00:00:00Z",
                    "endDate": "2029-01-31T23:59:59Z",
                    "maxExtentDate": "2037-01-31T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "complete",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "value": {
                    "amountGross": 6720000,
                    "amount": 5600000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Quality",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70.00%"
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "30.00%"
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70.00%"
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "30.00%"
                        }
                    ]
                },
                "renewal": {
                    "description": "The initial term is 2 years with the option to extend for 2+2+2+2 years"
                }
            }
        ],
        "status": "complete",
        "value": {
            "amountGross": 6720000,
            "amount": 5600000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "aboveThreshold": true,
        "communication": {
            "futureNoticeDate": "2026-02-13T23:59:59+00:00"
        },
        "coveredBy": [
            "GPA",
            "CPTPP"
        ],
        "submissionMethodDetails": "Tenders must be submitted electronically via the ProContract Due North portal at: https://procontract.due-north.com/Advert?advertId=cc4df401-f608-f111-813c-005056b64545 Tenders may be submitted at any time prior to the closing date and time. Suppliers are strongly advised not to leave submission until the final moments, as uploading completed tender documentation may take a significant amount of time. The portal will automatically apply a server timestamp (GMT) at the point of submission. Any Tender submitted after the closing date and time of 10:00am on 20 March 2026 will not be considered.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-03-20T10:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2026-03-02T10:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-04-24T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "013616-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/013616-2026",
                "datePublished": "2026-02-13T16:39:32Z",
                "format": "text/html"
            },
            {
                "id": "020629-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/020629-2026",
                "datePublished": "2026-03-06T17:09:14Z",
                "format": "text/html"
            },
            {
                "id": "034724-2026",
                "documentType": "tenderCancellationNotice",
                "noticeType": "UK12",
                "description": "Procurement termination notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/034724-2026",
                "datePublished": "2026-04-16T13:58:58+01:00",
                "format": "text/html"
            }
        ],
        "riskDetails": "The Council have considered at an early stage the potential need for in-life contract modifications to incorporate flexibility into the Contract where appropriate and mitigating the risk of potentially unlawful modifications. 1.3.12 There are risks which may jeopardise the satisfactory performance of the Contract but, due to the nature of the risks, are unable to be addressed in the Contract as awarded. Where the relevant, conditions under Schedule 8 of the Act are satisfied, the modification of the Contract to remedy the identified risks would be treated as a permitted contract modification. 1.3.13 The potential risks are additional costs that come as a result of; a. Chargeable upgrades or updates to the system b. Professional services required for configuration, issue resolution, development, upgrades, tasks as yet unknown c. Changes in hardware, required for regulatory purposes d. Additional Chip and PIN devices e. Additional licence costs f. Additional Merchant IDs g. Local Government Reorganisation ('LGR') may occur during the Term and this may result in, without limitation: (i) the restructuring or alteration of the Council's administrative boundaries; (ii) the dissolution, merger or transfer of the Council's functions, powers or responsibilities; (iii) the aggregation and/or disaggregation of functions, services, systems or contracts with another organisation or organisations. The parties acknowledge that LGR is a potential known risk that may affect the Services and agree to work in good faith and co-operation to mitigate the effects of any LGR during the Term. In the event that LGR takes place the Council may at its sole discretion undertake one or more of the following actions: (i) utilise existing framework agreements or establish new frameworks, services arrangement in relation to the Services. (ii) transfer, assign or novate the Contract so as to reflect any new successor organisation, without prejudice to relevant clauses detailed in Appendix D The Contract Terms. (iii) amend or modify Appendix D The Contract Terms to reflect the new operational requirements arising from LGR in compliance with Schedule 8 Procurement Act 2023 (iv) terminate the agreement in accordance with Appendix D The Contract Terms These risks cannot be managed as part of the procurement process but if they were to materialise dialogue/negotiation would need to take place and any changes to the contract agreed by formal change control under the contract.",
        "amendments": [
            {
                "id": "020629-2026",
                "description": "The Council has received a number of clarification questions regarding the published tender documents for the Provision of an Income Management Solution and Associated Services. To allow sufficient time to provide comprehensive responses, the Council is extending: The deadline for the Council to issue responses to clarification questions and the tender submission deadline. The updated indicative procurement timetable and the revised documentation can be accessed by following this link: https://www.find-tender.service.gov.uk/Notice/013616-2026"
            }
        ]
    },
    "language": "en",
    "awards": [
        {
            "id": "1",
            "status": "cancelled",
            "statusDetails": "Two bids were submitted to this tender in total. The tender evaluation process identified that one of the submitted bids exceeded the budget set out by the Council, and were therefore rejected as per the published Request for Quote. The second submitted bid failed to meet the mandatory requirements and were therefore rejected as per the published Request for Quote. As such, completing the tender process currently is not possible. As a result, it has not been possible to proceed with contract award. The decision has therefore been taken to abandon the current procurement process, with the intention to direct award.",
            "finalStatusDate": "2026-04-16T00:00:00+01:00",
            "relatedLots": [
                "1"
            ]
        }
    ]
}