Award

IT Service Management Solution (RFS22-020)

THE COUNCIL OF THE CITY OF WAKEFIELD

This public procurement record has 1 release in its history.

Award

24 Jul 2025 at 19:26

Summary of the contracting process

The Council of the City of Wakefield has procured an IT Service Management Solution (RFS22-020) under a limited procurement method due to extreme urgency conditions. This procurement focuses on helpdesk and support services targeting the enhancement of IT service management across various aspects like incident, request, and problem management. A strategic transformation aimed at improving IT processes is underway. The contract, awarded to Alemba Ltd, is initiated on 24th July 2025 with an initial period lasting four years and potential extensions for a maximum period of ten years. The procurement falls under the services category and involves a budget of up to £1,275,000 for the entire contract duration, emphasizing the implementation of modern IT management solutions in Wakefield, United Kingdom.

This tender provides significant opportunities for businesses specializing in IT solutions, particularly those offering cloud-hosted services compliant with UK laws and supporting multi-factor authentication. The selected supplier, Alemba Ltd, stands as a testament to the potential for growth for SMEs adept in managing IT transformations through innovative service delivery. Businesses with capabilities in developing self-service portals, configuration and asset management, and creating integrated IT service platforms will find this an ideal opportunity to showcase their expertise while contributing to the digital advancement of a regional authority.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

IT Service Management Solution (RFS22-020)

Notice Description

The Council wishes to procure a software solution to support IT service management for incident, request, and problem management. The solution will include a 'self-service' portal for users to enable resolution of some issues without the need for intervention by the Councils technology teams. Secondly, the Council will use the new system to support the implementation of new working processes including asset management, configuration management database, change control, and a knowledge base. The Contract will be awarded for an initial period of 4 (four) years including implementation and go-live. After the initial period, there will two, 36 month extension options. The full Contract period shall be for a maximum of 10 (ten) years.

Lot Information

Lot 1

The Technology and Digital Transformation, in Wakefield Council, provides Information Technology (IT) services to the Council's technology users. The Council wishes to procure a software solution to support IT service management. The Council is undergoing transformation to improve existing IT processes and adopt new service management processes to provide a modern and responsive service to all users. A phased approach to implementation will firstly enable the Council to continue to use the new system for incident, request, and problem management. This will include a 'self-service' portal for users to enable resolution of some issues without the need for intervention by the Councils technology teams. Secondly, the Council will use the new system to support the implementation of new working processes including asset management, configuration management database, change control, and a knowledge base. The core solution must: 1. Be Cloud hosted by the Supplier; 2. Be hosted within the UK (United Kingdom) and compliant with relevant UK law; 3. Use additional multi-factor authentication or support Single Sign On using the Councils Azure Active directory The Contract will be awarded for an initial period of 4 (four) years including implementation and go-live. After the initial period, there will two, 36 month extension options. The full Contract period shall be for a maximum of 10 (ten) years. The maximum budget for this Contract for the full 10 year period is PS1,275,000 including all costs for implementation, go-live and annual fees.

Procurement Information

Under the Public Contracts Regulations 2015 (PCR 2015), failed to properly advertise a procurement under Regulation 79. The publication of this voluntary transparency notice (VEAT) is under Regulation 99(3). The Council will also be observing a 10-days standstill period prior to award of the Contract. By way of background to the procurement: -Pre-market engagement was published via the Council's e-tendering platform (YORtender) and Contracts Finder on 22nd May 2023. -Published the tender opportunity on Contracts Finder on 9th February 2023. -15 bids were received. -Above threshold tender timescales adhered to. - The Council will publish the relevant award notices on FTS and Contracts Finder. There is a potential risk to operational deliverability should we abandon the process and re-procure. The impact is significant to the Council as we have a failing solution, and there is a risk that the Authority may not meet its future PSN accreditation with the incumbent solution.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0565f0
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/042978-2025
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Negotiated without publication of a contract notice
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72253000 - Helpdesk and support services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£219,380 £100K-£500K

Notice Dates

Publication Date
24 Jul 20257 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
23 Jul 20257 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
THE COUNCIL OF THE CITY OF WAKEFIELD
Contact Name
Zoe Robinson
Contact Email
zrobinson@wakefield.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
WAKEFIELD
Postcode
WF1 2HQ
Post Town
Wakefield
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE45 Wakefield
Delivery Location
TLE45 Wakefield

Local Authority
Wakefield
Electoral Ward
Wakefield North
Westminster Constituency
Wakefield and Rothwell

Supplier Information

Number of Suppliers
1
Supplier Name

ALEMBA

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-0565f0-2025-07-24T20:26:30+01:00",
    "date": "2025-07-24T20:26:30+01:00",
    "ocid": "ocds-h6vhtk-0565f0",
    "initiationType": "tender",
    "tender": {
        "id": "83603",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "IT Service Management Solution (RFS22-020)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72253000",
            "description": "Helpdesk and support services"
        },
        "mainProcurementCategory": "services",
        "description": "The Council wishes to procure a software solution to support IT service management for incident, request, and problem management. The solution will include a 'self-service' portal for users to enable resolution of some issues without the need for intervention by the Councils technology teams. Secondly, the Council will use the new system to support the implementation of new working processes including asset management, configuration management database, change control, and a knowledge base. The Contract will be awarded for an initial period of 4 (four) years including implementation and go-live. After the initial period, there will two, 36 month extension options. The full Contract period shall be for a maximum of 10 (ten) years.",
        "lots": [
            {
                "id": "1",
                "description": "The Technology and Digital Transformation, in Wakefield Council, provides Information Technology (IT) services to the Council's technology users. The Council wishes to procure a software solution to support IT service management. The Council is undergoing transformation to improve existing IT processes and adopt new service management processes to provide a modern and responsive service to all users. A phased approach to implementation will firstly enable the Council to continue to use the new system for incident, request, and problem management. This will include a 'self-service' portal for users to enable resolution of some issues without the need for intervention by the Councils technology teams. Secondly, the Council will use the new system to support the implementation of new working processes including asset management, configuration management database, change control, and a knowledge base. The core solution must: 1. Be Cloud hosted by the Supplier; 2. Be hosted within the UK (United Kingdom) and compliant with relevant UK law; 3. Use additional multi-factor authentication or support Single Sign On using the Councils Azure Active directory The Contract will be awarded for an initial period of 4 (four) years including implementation and go-live. After the initial period, there will two, 36 month extension options. The full Contract period shall be for a maximum of 10 (ten) years. The maximum budget for this Contract for the full 10 year period is PS1,275,000 including all costs for implementation, go-live and annual fees.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Incident Management",
                            "type": "quality",
                            "description": "8"
                        },
                        {
                            "name": "Service Request Management",
                            "type": "quality",
                            "description": "8"
                        },
                        {
                            "name": "Customer Portal",
                            "type": "quality",
                            "description": "8"
                        },
                        {
                            "name": "Knowledge Base",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "Change Management",
                            "type": "quality",
                            "description": "8"
                        },
                        {
                            "name": "Asset Management",
                            "type": "quality",
                            "description": "8"
                        },
                        {
                            "name": "Configuration Management Database",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "Reporting",
                            "type": "quality",
                            "description": "8"
                        },
                        {
                            "name": "Integrations",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "Configuration",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Records and Audit",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "Training",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "System Upgrades and Maintenance",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Future Plans",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72253000",
                        "description": "Helpdesk and support services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE45"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Negotiated without publication of a contract notice",
        "reviewDetails": "The Council will incorporate a minimum 10 calendar day standstill period at the point when information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_EXTREME_URGENCY",
                "description": "Extreme urgency brought about by events unforeseeable for the contracting authority/entity and in accordance with the strict conditions stated in the directive"
            }
        ],
        "procurementMethodRationale": "Under the Public Contracts Regulations 2015 (PCR 2015), failed to properly advertise a procurement under Regulation 79. The publication of this voluntary transparency notice (VEAT) is under Regulation 99(3). The Council will also be observing a 10-days standstill period prior to award of the Contract. By way of background to the procurement: -Pre-market engagement was published via the Council's e-tendering platform (YORtender) and Contracts Finder on 22nd May 2023. -Published the tender opportunity on Contracts Finder on 9th February 2023. -15 bids were received. -Above threshold tender timescales adhered to. - The Council will publish the relevant award notices on FTS and Contracts Finder. There is a potential risk to operational deliverability should we abandon the process and re-procure. The impact is significant to the Council as we have a failing solution, and there is a risk that the Authority may not meet its future PSN accreditation with the incumbent solution."
    },
    "awards": [
        {
            "id": "042978-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-6322945",
                    "name": "Alemba Ltd"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-155581",
            "name": "The Council of the City of Wakefield",
            "identifier": {
                "legalName": "The Council of the City of Wakefield",
                "id": "Public Procurement Organisation Number: PDZN-8179-PJQV",
                "schemeEntered": "The Council of the City of Wakefield"
            },
            "address": {
                "streetAddress": "Wood Street",
                "locality": "Wakefield",
                "region": "UKE45",
                "postalCode": "WF12HQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Zoe Robinson",
                "email": "zrobinson@wakefield.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.wakefield.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-COH-6322945",
            "name": "Alemba Ltd",
            "identifier": {
                "legalName": "Alemba Ltd",
                "id": "6322945",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Brooke Suite Ground Floor Bewley House, Marshfield Road",
                "locality": "Chippenham",
                "region": "UKK15",
                "postalCode": "SN15 1JW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-59051",
            "name": "The Council of the City of Wakefield",
            "identifier": {
                "legalName": "The Council of the City of Wakefield"
            },
            "address": {
                "streetAddress": "Corporate Procurement Team Wakefield One Burton Street",
                "locality": "Wakefield",
                "postalCode": "WF1 2EB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@wakefield.gov.uk"
            },
            "roles": [
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-155581",
        "name": "The Council of the City of Wakefield"
    },
    "contracts": [
        {
            "id": "042978-2025-1",
            "awardID": "042978-2025-1",
            "status": "active",
            "value": {
                "amount": 219380,
                "currency": "GBP"
            },
            "dateSigned": "2025-07-24T00:00:00+01:00"
        }
    ],
    "language": "en"
}