Notice Information
Notice Title
Framework for the Provision of IT Software
Notice Description
The Authority is seeking to create a framework of providers who are suitably experienced and qualified to supply IT Software. This covers the purchase, licencing and subscription, but will also include related professional services and support and maintenance related to the software solution, whether cloud-based, on-premises or hybrid. This will be an Open framework for a total period of 8 years. It is anticipated the framework will be re-opened in Year 3 and Year 6. It is anticipated that the value of this contract will be in the region of PS800,000 per annum. The Council makes no guarantees to the Provider in terms of values and or volumes, as this is dependent on the transactions made throughout the life of this contract. The Council does not guarantee any minimum level of spend. The Council retains the right to use alternative procurement routes and alternative Providers for specific software or solutions where appropriate.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-059bfd
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/011251-2026
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME, VCSE
- 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
- £4,800,000 £1M-£10M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 Feb 20262 weeks ago
- Submission Deadline
- 11 Dec 2025Expired
- Future Notice Date
- 3 Nov 2025Expired
- Award Date
- 5 Feb 20262 weeks ago
- Contract Period
- 1 Mar 2026 - 28 Feb 2029 3-4 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
- CITY OF BRADFORD METROPOLITAN DISTRICT 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
- BRADFORD
- Postcode
- BD1 1HX
- Post Town
- Bradford
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE4 West Yorkshire
- Small Region (ITL 3)
- TLE41 Bradford
- Delivery Location
- TLE Yorkshire and The Humber
-
- Local Authority
- Bradford
- Electoral Ward
- City
- Westminster Constituency
- Bradford West
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/011251-2026
9th February 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/072351-2025
10th November 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/057215-2025
17th September 2025 - Pipeline 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-059bfd-2026-02-09T10:03:12Z",
"date": "2026-02-09T10:03:12Z",
"ocid": "ocds-h6vhtk-059bfd",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "057215-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/057215-2025",
"datePublished": "2025-09-17T10:30:16+01:00",
"format": "text/html"
}
],
"noEngagementNoticeRationale": "There is a wide market of IT Software resellers and therefore preliminary market engagement was not required."
},
"parties": [
{
"id": "GB-PPON-PBWW-4714-TBHN",
"name": "City of Bradford Metropolitan District Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PBWW-4714-TBHN"
},
"address": {
"streetAddress": "Britannia House, Hall Ings",
"locality": "Bradford",
"postalCode": "BD1 1HX",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE41"
},
"contactPoint": {
"name": "Catherine Mullins",
"email": "catherine.mullins@bradford.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.bradford.gov.uk/",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PDHM-6656-PDQZ",
"name": "CDW Limited",
"identifier": {
"scheme": "GB-PPON",
"id": "PDHM-6656-PDQZ"
},
"address": {
"streetAddress": "3rd Floor, 1 New Change,",
"locality": "London,",
"postalCode": "EC4M 9AF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI31"
},
"contactPoint": {
"email": "enablement@uk.cdw.com",
"telephone": "0207 791 6000"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-PPON-PLJR-2682-VHWP",
"name": "Phoenix Software Limited",
"identifier": {
"scheme": "GB-PPON",
"id": "PLJR-2682-VHWP"
},
"address": {
"streetAddress": "Blenheim House, York Road,",
"locality": "Pocklington, York,",
"postalCode": "YO42 1NS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE12"
},
"contactPoint": {
"email": "Keith-Martin@phoenixs.co.uk",
"telephone": "01904 562200"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-PPON-PLNM-8883-CCXP",
"name": "Specialist Computer Centres (SCC) Plc",
"identifier": {
"scheme": "GB-PPON",
"id": "PLNM-8883-CCXP"
},
"address": {
"streetAddress": "James House, Warwick Road,",
"locality": "Tyseley, Birmingham",
"postalCode": "B11 2LE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG31"
},
"contactPoint": {
"email": "robert.drury@scc.com",
"telephone": "0121 766 7000"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-PPON-PBWW-4714-TBHN",
"name": "City of Bradford Metropolitan District Council"
},
"tender": {
"id": "104504",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Framework for the Provision of IT Software",
"description": "The Authority is seeking to create a framework of providers who are suitably experienced and qualified to supply IT Software. This covers the purchase, licencing and subscription, but will also include related professional services and support and maintenance related to the software solution, whether cloud-based, on-premises or hybrid. This will be an Open framework for a total period of 8 years. It is anticipated the framework will be re-opened in Year 3 and Year 6. It is anticipated that the value of this contract will be in the region of PS800,000 per annum. The Council makes no guarantees to the Provider in terms of values and or volumes, as this is dependent on the transactions made throughout the life of this contract. The Council does not guarantee any minimum level of spend. The Council retains the right to use alternative procurement routes and alternative Providers for specific software or solutions where appropriate.",
"items": [
{
"id": "LOT-0000",
"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": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "LOT-0000"
}
],
"mainProcurementCategory": "services",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"isOpenFrameworkScheme": true,
"method": "withAndWithoutReopeningCompetition",
"type": "closed",
"description": "This will be an Open framework for a total period of 8 years. It is anticipated the framework will be re-opened in Year 3 and Year 6. However, the Council reserves the right to reopen earlier if, for example, Providers are failing KPIs. At least three (3) Providers with the highest overall score will be appointed to the framework. When the framework is re-opened: - Existing Providers will need to confirm on what basis they wish to participate. For example, whether they wish a tender relating to an earlier award to be assessed or whether they have submitted a new tender for assessment - New Providers will be able to submit a tender response for assessment. All work is on an 'as and when required' basis only, there is no guarantee of an award of any work. When the Council have a requirement, they will use a mini-competition to request pricing, and a call-off order will then be placed with the Provider that demonstrates best value. Mini-Competitions may be used to: - Identify the best value solution for the Council where one or more Providers are capable of providing Services under a Call-Off Contract; and - Identify best value proposals for Services. The process for running a Mini-Competition will follow the method set out below. Step 1: Identification of requirements The Council will issue an invitation to submit a quote request to all Providers on the framework. Step 2: Evaluation of responses and award decision The Council will assess all submissions and award the contract either to the lowest-priced bid or to the proposal that offers the best overall value, considering total cost of ownership. Evaluation criteria shall be notified to Providers in the invitation to submit a quote. Note, for higher value procurements, the Council may decide to use an auction process for example a reverse Dutch auction Where appropriate, the Council may award a contract through a Direct Call-Off method, as outlined below. - When the software vendor provides pricing exclusively through a specific Provider. - When the Council is purchasing additional licences under an existing agreement with a particular Provider. - In accordance with Procurement Act 2023 Schedule 5 Direct Award justifications.",
"openFrameworkSchemeEndDate": "2034-02-28T23:59:59Z"
}
},
"lots": [
{
"id": "LOT-0000",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-03-01T00:00:00Z",
"endDate": "2034-02-28T23:59:59Z",
"maxExtentDate": "2030-02-28T23:59:59Z"
},
"hasRenewal": true,
"status": "complete",
"value": {
"amountGross": 4800000,
"amount": 4000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "Quality will be evaluated and scored based on the response to the requirements detailed within Specification of Requirements",
"numbers": [
{
"number": 80,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"description": "Social Value will be evaluated and scored based on the response to the social value requirements detailed within the tender documents.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Price",
"description": "Price will be evaluated and scored based on the completed Pricing Matrix",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "See Tender Documentation"
},
{
"type": "technical",
"description": "See Tender Documentation"
}
]
}
}
],
"communication": {
"futureNoticeDate": "2025-11-03T23:59:59Z"
},
"status": "complete",
"value": {
"amountGross": 4800000,
"amount": 4000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=99235&B=",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-12-11T11:00:00+00:00"
},
"enquiryPeriod": {
"endDate": "2025-12-04T17:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-01-23T23:59:59Z"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "072351-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/072351-2025",
"datePublished": "2025-11-10T12:01:51Z",
"format": "text/html"
}
]
},
"language": "en",
"bids": {
"details": [
{
"id": "1",
"status": "valid",
"tenderers": [
{
"id": "GB-PPON-PDHM-6656-PDQZ",
"name": "CDW Limited"
}
],
"relatedLots": [
"LOT-0000"
]
},
{
"id": "2",
"status": "valid",
"tenderers": [
{
"id": "GB-PPON-PLJR-2682-VHWP",
"name": "Phoenix Software Limited"
}
],
"relatedLots": [
"LOT-0000"
]
},
{
"id": "3",
"status": "valid",
"tenderers": [
{
"id": "GB-PPON-PLNM-8883-CCXP",
"name": "Specialist Computer Centres (SCC) Plc"
}
],
"relatedLots": [
"LOT-0000"
]
}
],
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 7,
"relatedLot": "LOT-0000"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 3,
"relatedLot": "LOT-0000"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 0,
"relatedLot": "LOT-0000"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "LOT-0000"
}
]
},
"awards": [
{
"id": "1",
"title": "IT Software Framework",
"status": "pending",
"date": "2026-02-05T00:00:00Z",
"value": {
"amountGross": 5760000,
"amount": 4800000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-PPON-PDHM-6656-PDQZ",
"name": "CDW Limited"
},
{
"id": "GB-PPON-PLJR-2682-VHWP",
"name": "Phoenix Software Limited"
},
{
"id": "GB-PPON-PLNM-8883-CCXP",
"name": "Specialist Computer Centres (SCC) Plc"
}
],
"items": [
{
"id": "LOT-0000",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "LOT-0000"
}
],
"standstillPeriod": {
"endDate": "2026-02-18T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-03-01T00:00:00Z",
"endDate": "2029-02-28T23:59:59Z",
"maxExtentDate": "2034-02-28T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "Total contract term of 8 years, expected to be re-opened in Year 3 and Year 6"
},
"relatedLots": [
"LOT-0000"
],
"documents": [
{
"id": "011251-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/011251-2026",
"datePublished": "2026-02-09T10:03:12Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2026-02-06T00:00:00Z",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-02-23T23:59:59Z",
"status": "scheduled"
}
]
}
]
}