Notice Information
Notice Title
End User Workspace And Hosting
Notice Description
The End User Workspace & Hosting Procurement was looking to secure a single supplier to deliver both End User Workspace (EUW) and Hosting services under a unified contract. The Services must be ITIL-aligned and delivered using the Council's own ServiceNow ITSM platform, with contract aims to improve service delivery, reduce complexity, and enhance user experience through integrated support. Key Components of the Scope: * Service Desk - Single point of contact for all ICT issues, with a focus on first-contact resolution and self-service enablement. * Incident Management - Rapid restoration of normal service with clear ownership and root cause analysis. * Problem Management - Identification and elimination of root causes to reduce incident recurrence. * Change Enablement - Safe, timely implementation of changes with strong governance, TAB and CAB participation. * Service Request Management - Efficient fulfilment of user requests via a structured service catalogue. * Service Configuration & Asset Management - Accurate tracking of assets and configuration items using ServiceNow CMDB. * Release & Deployment Management - Controlled rollout of new software and updates, including packaging and testing. * Availability & Capacity Management - Ensuring services meet performance and uptime targets, with proactive planning. * Monitoring & Event Management - Real-time monitoring and alerting to detect and respond to issues before they impact users. * Security Management - ISO27001-compliant controls, vulnerability management, and incident response. * Service Continuity Management - Disaster recovery planning and testing to ensure resilience. * Knowledge Management - Centralised, structured knowledge base to support selfservice and efficient resolution. * Supplier & Risk Management - Collaboration across multiple suppliers with shared risk registers and joint governance. * Continual Improvement - Ongoing service enhancements tracked via a formal improvement plan and CMMI assessments. * Project & Portfolio Management - Support for operational, enhancement, and strategic projects with defined governance End User Workspace (EUW): * Service Desk (first-line support, triage, escalation, and resolution). * Deskside Support (field engineering across 66 sites). * Second Line Support (technical escalation, patching, anti-virus and infrastructure support * Device lifecycle management (builds, refresh, repairs). * Microsoft 365 and Windows 11 environment support. * Knowledge management and training provision. Service Management Expectations * Operate within a SIAM model with strong collaboration across suppliers. * Use of ServiceNow for all ITSM functions (incident, problem, change, asset, etc.). * Monthly and annual reporting, SLA/KPI tracking, and continual improvement. * Supplier must achieve CMMI Level 3 within 6 months. The contract is over 7 years (including extensions), with a value of PS13,800,000 (inclusive of VAT)
Lot Information
Lot 1
Renewal: 2 x 1+1 year extensions based on supplier meeting contract performance requirements throughout the duration of the contract. There will be regular KPI reviews and supplier/Client engagement to assess standards and delivery.
Planning Information
You are invited to attend a scheduled meeting taking place via Microsoft Teams on Wednesday, 23 July 2025, from 16:00 to 17:00 (BST). To express your interest in joining, please email ngominfo@reading.gov.uk Upon registration, you will receive a Teams meeting link with full access details. This will help us explore and inform Reading's Sourcing Strategy for our Next Generation Operating Model (NGOM) Programme. This is an opportunity to develop strategic partnership relationships with suppliers, to improve services and to encourage Prime, SME's as well as subcontracting partnerships. Our objective is to gain an understand of the markets interest for this opportunity, through engagement in discussion and to address any potential gaps prior publication. A detailed procurement timeline will be provided at this stage to help suppliers manage expected timeframes
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0559a5
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/033716-2026
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
50 - Repair and maintenance services
51 - Installation services (except software)
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
48000000 - Software package and information systems
50000000 - Repair and maintenance services
51000000 - Installation services (except software)
72000000 - IT services: consulting, software development, Internet and support
Notice Value(s)
- Tender Value
- £11,040,000 £10M-£100M
- Lots Value
- £11,040,000 £10M-£100M
- Awards Value
- £7,229,244 £1M-£10M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 Apr 20261 weeks ago
- Submission Deadline
- 15 Dec 2025Expired
- Future Notice Date
- 3 Nov 2025Expired
- Award Date
- 8 Apr 20262 weeks ago
- Contract Period
- 29 Aug 2026 - 29 Aug 2031 Over 5 years
- Recurrence
- 2032-06-30
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- READING BOROUGH COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- READING
- Postcode
- RG1 2LU
- Post Town
- Reading
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
- Small Region (ITL 3)
- TLJ16 Berkshire West
- Delivery Location
- TLJ11 Berkshire
-
- Local Authority
- Reading
- Electoral Ward
- Abbey
- Westminster Constituency
- Reading Central
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/033716-2026
14th April 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/072503-2025
10th November 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/069083-2025
28th October 2025 - Pipeline notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/038816-2025
10th July 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/037659-2025
7th July 2025 - Preliminary market engagement notice on Find a Tender
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-0559a5-2026-04-14T12:36:16+01:00",
"date": "2026-04-14T12:36:16+01:00",
"ocid": "ocds-h6vhtk-0559a5",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PWBJ-9435-VXQQ",
"name": "Reading Borough Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PWBJ-9435-VXQQ"
},
"address": {
"streetAddress": "Bridge Street",
"locality": "Reading",
"postalCode": "RG1 2LU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ11"
},
"contactPoint": {
"email": "pchub@reading.gov.uk",
"name": "Darren Scott"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
],
"url": "https://www.reading.gov.uk/"
}
},
{
"id": "GB-COH-04327369",
"name": "AGILISYS LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "04327369"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PZRW-1751-WBLX"
}
],
"address": {
"streetAddress": "Scale Space, 1st Floor Imperial College, White City Campus, 58 Wood Lane",
"locality": "London",
"postalCode": "W12 7RZ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI33"
},
"roles": [
"tenderer"
],
"details": {
"url": "https://www.agilisys.co.uk/",
"scale": "large",
"vcse": false
}
},
{
"id": "GB-COH-01649776",
"name": "CACI LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "01649776"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PHWT-4231-YGQG"
}
],
"address": {
"streetAddress": "Caci House Kensington Village",
"locality": "London",
"postalCode": "W14 8TS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI33"
},
"roles": [
"tenderer"
],
"details": {
"url": "http://www.caci.co.uk",
"scale": "large",
"vcse": false
}
},
{
"id": "GB-COH-02521249",
"name": "ULTIMA BUSINESS SOLUTIONS LTD.",
"identifier": {
"scheme": "GB-COH",
"id": "02521249"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PHLP-4331-RRXJ"
}
],
"address": {
"streetAddress": "Gainsborough House",
"locality": "Reading",
"postalCode": "RG2 0NA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ11"
},
"roles": [
"tenderer"
],
"details": {
"url": "http://www.ultima.com",
"scale": "large",
"vcse": false
}
},
{
"id": "GB-COH-02051703",
"name": "XMA LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "02051703"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PZWG-6299-XHNT"
}
],
"address": {
"streetAddress": "44 Wilford Industrial Estate",
"locality": "Nottingham",
"postalCode": "NG11 7EP",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF16"
},
"roles": [
"tenderer"
],
"details": {
"url": "http://www.xma.co.uk",
"scale": "large",
"vcse": false
}
},
{
"id": "GB-PPON-PVNT-4551-BLHL",
"name": "OneAdvanced IT Services Limited",
"identifier": {
"scheme": "GB-PPON",
"id": "PVNT-4551-BLHL"
},
"address": {
"streetAddress": "The Mailbox Level 3",
"locality": "Birmingham",
"postalCode": "B1 1RF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG31"
},
"contactPoint": {
"email": "bidmanagement-itservices@oneadvanced.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "https://www.oneadvanced.com/",
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-PPON-PWBJ-9435-VXQQ",
"name": "Reading Borough Council"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "You are invited to attend a scheduled meeting taking place via Microsoft Teams on Wednesday, 23 July 2025, from 16:00 to 17:00 (BST). To express your interest in joining, please email ngominfo@reading.gov.uk Upon registration, you will receive a Teams meeting link with full access details. This will help us explore and inform Reading's Sourcing Strategy for our Next Generation Operating Model (NGOM) Programme. This is an opportunity to develop strategic partnership relationships with suppliers, to improve services and to encourage Prime, SME's as well as subcontracting partnerships. Our objective is to gain an understand of the markets interest for this opportunity, through engagement in discussion and to address any potential gaps prior publication. A detailed procurement timeline will be provided at this stage to help suppliers manage expected timeframes",
"dueDate": "2025-07-23T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "037659-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/037659-2025",
"datePublished": "2025-07-07T10:06:59+01:00",
"format": "text/html"
},
{
"id": "038816-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/038816-2025",
"datePublished": "2025-07-10T10:03:54+01:00",
"format": "text/html"
},
{
"id": "069083-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/069083-2025",
"datePublished": "2025-10-28T15:49:21Z",
"format": "text/html"
}
]
},
"tender": {
"id": "RBC0000241",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "End User Workspace And Hosting",
"description": "The End User Workspace & Hosting Procurement was looking to secure a single supplier to deliver both End User Workspace (EUW) and Hosting services under a unified contract. The Services must be ITIL-aligned and delivered using the Council's own ServiceNow ITSM platform, with contract aims to improve service delivery, reduce complexity, and enhance user experience through integrated support. Key Components of the Scope: * Service Desk - Single point of contact for all ICT issues, with a focus on first-contact resolution and self-service enablement. * Incident Management - Rapid restoration of normal service with clear ownership and root cause analysis. * Problem Management - Identification and elimination of root causes to reduce incident recurrence. * Change Enablement - Safe, timely implementation of changes with strong governance, TAB and CAB participation. * Service Request Management - Efficient fulfilment of user requests via a structured service catalogue. * Service Configuration & Asset Management - Accurate tracking of assets and configuration items using ServiceNow CMDB. * Release & Deployment Management - Controlled rollout of new software and updates, including packaging and testing. * Availability & Capacity Management - Ensuring services meet performance and uptime targets, with proactive planning. * Monitoring & Event Management - Real-time monitoring and alerting to detect and respond to issues before they impact users. * Security Management - ISO27001-compliant controls, vulnerability management, and incident response. * Service Continuity Management - Disaster recovery planning and testing to ensure resilience. * Knowledge Management - Centralised, structured knowledge base to support selfservice and efficient resolution. * Supplier & Risk Management - Collaboration across multiple suppliers with shared risk registers and joint governance. * Continual Improvement - Ongoing service enhancements tracked via a formal improvement plan and CMMI assessments. * Project & Portfolio Management - Support for operational, enhancement, and strategic projects with defined governance End User Workspace (EUW): * Service Desk (first-line support, triage, escalation, and resolution). * Deskside Support (field engineering across 66 sites). * Second Line Support (technical escalation, patching, anti-virus and infrastructure support * Device lifecycle management (builds, refresh, repairs). * Microsoft 365 and Windows 11 environment support. * Knowledge management and training provision. Service Management Expectations * Operate within a SIAM model with strong collaboration across suppliers. * Use of ServiceNow for all ITSM functions (incident, problem, change, asset, etc.). * Monthly and annual reporting, SLA/KPI tracking, and continual improvement. * Supplier must achieve CMMI Level 3 within 6 months. The contract is over 7 years (including extensions), with a value of PS13,800,000 (inclusive of VAT)",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ11",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ11",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"mainProcurementCategory": "services",
"specialRegime": [
"concession"
],
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-06-30T00:00:00+01:00",
"endDate": "2031-06-29T23:59:59+01:00",
"maxExtentDate": "2033-06-29T23:59:59+01:00"
},
"hasRenewal": true,
"status": "complete",
"value": {
"amountGross": 13800000,
"amount": 11040000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"renewal": {
"description": "2 x 1+1 year extensions based on supplier meeting contract performance requirements throughout the duration of the contract. There will be regular KPI reviews and supplier/Client engagement to assess standards and delivery."
}
}
],
"communication": {
"futureNoticeDate": "2025-11-03T23:59:59Z"
},
"status": "complete",
"amendments": [
{
"id": "038816-2025",
"description": "Added Instructions to join the market engagement"
}
],
"value": {
"amountGross": 13800000,
"amount": 11040000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"submissionMethodDetails": "https://in-tendhost.co.uk/readingbc/aspx/Home",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-12-15T12:00:00Z"
},
"enquiryPeriod": {
"endDate": "2025-12-01T12:00:00Z"
},
"awardPeriod": {
"endDate": "2026-01-30T23:59:59Z"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "072503-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/072503-2025",
"datePublished": "2025-11-10T15:23:46Z",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2032-06-30T23:59:59+01:00"
}
]
},
"contractTerms": {
"financialTerms": "30 Days from confirmation of receipt of invoice"
}
},
"language": "en",
"bids": {
"details": [
{
"id": "1",
"status": "valid",
"tenderers": [
{
"id": "GB-PPON-PVNT-4551-BLHL",
"name": "OneAdvanced IT Services Limited"
}
],
"relatedLots": [
"1"
]
},
{
"id": "2",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-04327369",
"name": "AGILISYS LIMITED"
}
],
"relatedLots": [
"1"
]
},
{
"id": "3",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-01649776",
"name": "CACI LIMITED"
}
],
"relatedLots": [
"1"
]
},
{
"id": "4",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-02521249",
"name": "ULTIMA BUSINESS SOLUTIONS LTD."
}
],
"relatedLots": [
"1"
]
},
{
"id": "5",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-02051703",
"name": "XMA LIMITED"
}
],
"relatedLots": [
"1"
]
}
],
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 6,
"relatedLot": "1"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 5,
"relatedLot": "1"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "1",
"title": "End User Workspace And Hosting",
"status": "pending",
"date": "2026-04-09T00:00:00+01:00",
"value": {
"amountGross": 7229244.09,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-PPON-PVNT-4551-BLHL",
"name": "OneAdvanced IT Services Limited"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "51000000",
"description": "Installation services (except software)"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UKJ11",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2026-04-27T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2026-08-30T00:00:00+01:00",
"endDate": "2031-08-29T23:59:59+01:00",
"maxExtentDate": "2033-08-29T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Extensions will be based on performance and financial sustainability through the life cycle of the project. Regular reviews will be held prior to to the commencement of the project and then regularly throughout the project life cycle with the Contract Management and supplier team."
},
"hasOptions": true,
"options": {
"description": "As detailed in the Specification RBC may require additional support from the supplier with project delivery that are outside the scope of the contract. Therefore, we may purchase up to 30 days project delivery from the supplier. The supplier should 1. Provide their rate card in the tab titled \"Rate Card\", 2. using the median rate from their rate card, input the price each year for 30 days of project work. (In the event RBC use project resources, RBC understands that each project will need to be scoped and correct resources identified on a case by case basis)"
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "033716-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/033716-2026",
"datePublished": "2026-04-14T12:36:16+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2026-04-10T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-04-28T23:59:59+01:00",
"status": "scheduled"
}
]
}
]
}