Tender

The provision of a Treasury Management System

LEICESTER CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

05 Dec 2025 at 13:22

Summary of the contracting process

Leicester City Council is seeking to procure a new Treasury Management System through an open competition tender process. This tender aims to secure a cloud-hosted system capable of managing and recording lending and borrowing contracts, importing daily bank transactions, and providing comprehensive reporting and security features. The procurement is in the tender stage, with the deadline for enquiries set for 11th December 2025 and submission by 5th January 2026. Located in Leicester, United Kingdom, the council is classified as a sub-central government authority. The industry category falls under software package and information systems, with an estimated contract value of £60,000, excluding VAT, for goods. The contract is scheduled to start on 1st April 2026 and may extend to a maximum term of ten years.

This tender presents notable opportunities for software providers, particularly those specialising in cloud-hosted services, to expand their business and establish a lasting relationship with Leicester City Council. SMEs are welcome to bid, highlighting the Council's focus on inclusivity and fostering growth. Firms with robust installation capabilities, expertise in data migration, and a focus on security can leverage this procurement to showcase their strengths. Additionally, companies offering scalable and optional services such as supplementary pricing or scalable licence purchases will find this tender lucrative. This contract could be a strategic entry point into the public sector software market for businesses looking to grow their footprint in the UK.

How relevant is this notice?

Notice Information

Notice Title

The provision of a Treasury Management System

Notice Description

Leicester City Council requires a new cloud-hosted Treasury Management System to replace its current platform. The system must enable the banking and income management team to record and manage all lending and borrowing contracts, calculate expected interest payments, monitor cash flow across multiple bank accounts, and flag upcoming payments or potential cash flow issues. It should support importing daily bank transactions from CSV/Excel, maintain master data for counterparties and intermediaries, store general ledger codes, and allow configuration of income and expenditure types. A comprehensive reporting suite is essential, including daily lending and borrowing summaries, cash flow reports, general ledger updates, statutory returns, and ad hoc analysis. The system must provide strong security, detailed audit logs, disaster recovery measures, and GDPR compliance. The provider will be responsible for installation, configuration, and data migration, ensuring the system is fully tested and accepted before go-live. Training must be delivered to all relevant staff, and ongoing maintenance and support will be required for a multi-year contract with extension options.

Lot Information

Lot 1

Options: The contract includes options in the form of supplementary pricing. Tenderers are invited to provide additional or optional services beyond the Council's core requirements, including scalable licence purchases. This allows the Council to procure extra administrative licences in multiple quantities as needed during the contract term.

Renewal: The total possible contract duration is (10) five years. This consists of an initial term of (5) five years with the option to extend for up to a further (3) three + (2) two years.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05efaf
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/080155-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Below threshold - open competition
Tender Suitability
SME
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
£60,000 Under £100K
Lots Value
£60,000 Under £100K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Dec 20253 days ago
Submission Deadline
5 Jan 20264 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2031 Over 5 years
Recurrence
Not specified

Notice Status

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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
LEICESTER CITY COUNCIL
Contact Name
Zhiaw Hama
Contact Email
zhiaw.hama@leicester.gov.uk
Contact Phone
01164543502

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
TLF21 Leicester

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-05efaf-2025-12-05T13:22:27Z",
    "date": "2025-12-05T13:22:27Z",
    "ocid": "ocds-h6vhtk-05efaf",
    "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 (4th Floor)",
                "locality": "Leicester",
                "postalCode": "LE1 1FZ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF21"
            },
            "contactPoint": {
                "name": "Zhiaw Hama",
                "email": "zhiaw.hama@leicester.gov.uk",
                "telephone": "01164543502"
            },
            "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"
    },
    "tender": {
        "id": "1051ZHFIN",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "The provision of a Treasury Management System",
        "description": "Leicester City Council requires a new cloud-hosted Treasury Management System to replace its current platform. The system must enable the banking and income management team to record and manage all lending and borrowing contracts, calculate expected interest payments, monitor cash flow across multiple bank accounts, and flag upcoming payments or potential cash flow issues. It should support importing daily bank transactions from CSV/Excel, maintain master data for counterparties and intermediaries, store general ledger codes, and allow configuration of income and expenditure types. A comprehensive reporting suite is essential, including daily lending and borrowing summaries, cash flow reports, general ledger updates, statutory returns, and ad hoc analysis. The system must provide strong security, detailed audit logs, disaster recovery measures, and GDPR compliance. The provider will be responsible for installation, configuration, and data migration, ensuring the system is fully tested and accepted before go-live. Training must be delivered to all relevant staff, and ongoing maintenance and support will be required for a multi-year contract with extension options.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF21",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 72000,
            "amount": 60000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Below threshold - open competition",
        "mainProcurementCategory": "goods",
        "aboveThreshold": false,
        "submissionMethodDetails": "https://procontract.due-north.com/Advert/?advertId=f10a846d-dcd1-f011-813a-005056b64545",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed"
        },
        "tenderPeriod": {
            "endDate": "2026-01-05T12:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-12-11T12:00:00+00:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 72000,
                    "amount": 60000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "See the Method Statement questions and Functional Supporting Evidence questions within the 'TMS - RFQ Response document ' document.",
                            "numbers": [
                                {
                                    "number": 80,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Pricing",
                            "description": "See 'Annex A Quotation Pricing Schedule Treasury Management System' document.",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Please see Annex A within the tender documents uploaded to the portal."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2031-03-31T23:59:59+01:00",
                    "maxExtentDate": "2036-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The total possible contract duration is (10) five years. This consists of an initial term of (5) five years with the option to extend for up to a further (3) three + (2) two years."
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract includes options in the form of supplementary pricing. Tenderers are invited to provide additional or optional services beyond the Council's core requirements, including scalable licence purchases. This allows the Council to procure extra administrative licences in multiple quantities as needed during the contract term."
                }
            }
        ],
        "documents": [
            {
                "id": "080155-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/080155-2025",
                "datePublished": "2025-12-05T13:22:27Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}