Notice Information
Notice Title
Future Infrastructure Programme
Notice Description
Norfolk County Council is looking to purchase network equipment and services and a replacement virtual server infrastructure and hyperconverged virtual server infrastructure. This procurement is being split into two lots: Lot 1 (Network) and Lot 2 (Server). Lot 1 - The requirement of the Provider will be to deliver network equipment and services to replace its existing legacy Huawei based network solution, Wifi, Firewalls, switch gear, access points and optionally the content filtering solution. This will also support and enhance the existing zero trust network strategy. These services are used by all staff across Norfolk County Council and some partners. Lot 2 - The requirement of the Provider will be to deliver a replacement virtual server infrastructure and hyperconverged virtual server infrastructure. Full details of the requirement can be found in the Statement of Requirements documents which are supported by an additional document outlining the strategic objectives and overview of the existing service (there are separate documents for Network and Server), all of which will form a schedule to the terms and conditions of the contract.
Lot Information
Network
The requirement of the Provider will be to deliver network equipment and services to replace its existing legacy Huawei based network solution, Wifi, Firewalls, switch gear, access points and optionally the content filtering solution. This will also support and enhance the existing zero trust network strategy. These services are used by all staff across Norfolk County Council and some partners. Full details of the requirement can be found in the Statement of Requirements documents which are supported by an additional document outlining the strategic objectives and overview of the existing service (there are separate documents for Network and Server), all of which will form a schedule to the terms and conditions of the contract.
Renewal: The Council will explore extension opportunities in dialogue and reserves the right to amend the extension options. The maximum extension period for this contract is 4 years.
ServerThe requirement of the Provider will be to deliver a replacement virtual server infrastructure and hyperconverged virtual server infrastructure. Full details of the requirement can be found in the Statement of Requirements documents which are supported by an additional document outlining the strategic objectives and overview of the existing service (there are separate documents for Network and Server), all of which will form a schedule to the terms and conditions of the contract.
Renewal: The Council will explore extension opportunities in dialogue and reserves the right to amend the extension options. The maximum extension period for this contract is 4 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-064b8f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/011523-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
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
48200000 - Networking, Internet and intranet software package
48800000 - Information systems and servers
72000000 - IT services: consulting, software development, Internet and support
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 Feb 2026Today
- Submission Deadline
- 2 Mar 20263 weeks to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 30 Jul 2026 - 31 Jul 2029 3-4 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
- NORFOLK COUNTY COUNCIL
- Contact Name
- Not specified
- Contact Email
- sourcingteam@norfolk.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- NORWICH
- Postcode
- NR1 2DH
- Post Town
- Norwich
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH5 Norfolk
- Small Region (ITL 3)
- TLH51 Norwich and East Norfolk
- Delivery Location
- TLH15 Norwich and East Norfolk, TLH16 North and West Norfolk, TLH17 Breckland and South Norfolk
-
- Local Authority
- Norwich
- Electoral Ward
- Lakenham
- Westminster Constituency
- Norwich South
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/011523-2026
9th February 2026 - Tender 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-064b8f-2026-02-09T16:13:34Z",
"date": "2026-02-09T16:13:34Z",
"ocid": "ocds-h6vhtk-064b8f",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PDYH-3246-XWTR",
"name": "Norfolk County Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PDYH-3246-XWTR"
},
"address": {
"streetAddress": "County Hall, Martineau Lane",
"locality": "Norwich",
"postalCode": "NR1 2DH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH15"
},
"contactPoint": {
"email": "sourcingteam@norfolk.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PDYH-3246-XWTR",
"name": "Norfolk County Council"
},
"tender": {
"id": "ocds-h6vhtk-064b8f",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Future Infrastructure Programme",
"description": "Norfolk County Council is looking to purchase network equipment and services and a replacement virtual server infrastructure and hyperconverged virtual server infrastructure. This procurement is being split into two lots: Lot 1 (Network) and Lot 2 (Server). Lot 1 - The requirement of the Provider will be to deliver network equipment and services to replace its existing legacy Huawei based network solution, Wifi, Firewalls, switch gear, access points and optionally the content filtering solution. This will also support and enhance the existing zero trust network strategy. These services are used by all staff across Norfolk County Council and some partners. Lot 2 - The requirement of the Provider will be to deliver a replacement virtual server infrastructure and hyperconverged virtual server infrastructure. Full details of the requirement can be found in the Statement of Requirements documents which are supported by an additional document outlining the strategic objectives and overview of the existing service (there are separate documents for Network and Server), all of which will form a schedule to the terms and conditions of the contract.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "48800000",
"description": "Information systems and servers"
},
{
"scheme": "CPV",
"id": "48200000",
"description": "Networking, Internet and intranet software package"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UKH15",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH16",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH17",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "48800000",
"description": "Information systems and servers"
},
{
"scheme": "CPV",
"id": "48200000",
"description": "Networking, Internet and intranet software package"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UKH15",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH16",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH17",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
}
],
"value": {
"amountGross": 0,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "1. Request to Participate and Evaluation: a. Providers are invited to submit a response to this RTP which will be assessed on the basis of: i. Shortlisting Questions - as set out in Form E of this document (100% weighting during this stage) ii. Pass/Fail criteria - as set out in Form B, C and D of this RTP. b. Following the evaluation of the RTP the 3 highest scoring providers for each lot will be shortlisted to the dialogue stage. c. Unsuccessful Bidders will receive their scores for each of the Form E questions along with the rationale for receiving those scores. Unsuccessful Bidders will also be informed of the scoring range for the highest scoring 3 bidders and where their Bid was ranked. There will be no standstill period at this stage. d. The scores issued at the Request to Participate stage will have no bearing on the scores for the final tender assessment. They will solely be used to down select the bidders who will advance to dialogue. The final tender will have a different set of questions, potentially an updated specification or pricing schedule, and may have a different evaluation panel. 2. Dialogue Period: a. Shortlisted bidders will be issued an Invitation to Participate in Dialogue document where they will be invited to provide an outline solution and pricing ahead of the dialogue sessions. b. Dialogue will likely take the form of multiple half day meetings on Teams during the dates outlined section 5.1. This stage is designed to: i. Clarify and refine proposals. ii. Explore solutions and pricing model in more detail. iii. Address any ambiguities or areas of development identified during the initial evaluation. iv. Discuss terms and conditions c. The Council reserves the right to remove or add additional stages of dialogue to ensure both parties have a clear understanding of requirements and expectations before final the final tender submission where bidders can amend their bids. This may take the form of structured meetings or written communications. The Council also reserves the right to amend the specification, pricing model, and terms and conditions throughout this process. 3. Final Tender Submission: a. Following the conclusion of the dialogue period, tenderers will be invited to submit a final tender. These final tenders will be evaluated on both quality (70% weighting) and price (30% weighting) to determine the successful tender. Tenders will be evaluated in accordance with the process and descriptors as set out in this Request to Participate. . b. When the Council has obtained all required internal approvals for the proposed award, Standstill letters and Assessment Summaries will be issued to all bidders that were invited to participate in dialogue. A Contract Award Notice will also be published. This will commence the 8 working day mandatory standstill period."
},
"mainProcurementCategory": "goods",
"aboveThreshold": true,
"submissionMethodDetails": "This procurement will be managed electronically via the Councils e-procurement system. To participate in this procurement, applicants must first be registered on the system at https://in-tendhost.co.uk/norfolkcc. Full instructions for registration and use of the system can be found at https://in-tendhost.co.uk/norfolkcc/aspx/BuyerProfiles. Once registered you will be able to see the procurement project under the tenders section and express an interest to view the documentation and access any clarifications. If you encounter any difficulties whilst using the system you can contact the In-tend support team by phoning +44 8442728810 or e-mailing support@in-tend.co.uk.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2026-03-11T09:00:00+00:00",
"enquiryPeriod": {
"endDate": "2026-03-02T11:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-07-20T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"title": "Network",
"description": "The requirement of the Provider will be to deliver network equipment and services to replace its existing legacy Huawei based network solution, Wifi, Firewalls, switch gear, access points and optionally the content filtering solution. This will also support and enhance the existing zero trust network strategy. These services are used by all staff across Norfolk County Council and some partners. Full details of the requirement can be found in the Statement of Requirements documents which are supported by an additional document outlining the strategic objectives and overview of the existing service (there are separate documents for Network and Server), all of which will form a schedule to the terms and conditions of the contract.",
"status": "active",
"value": {
"amountGross": 0,
"amount": 0,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Sustainability",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Security and configuration of data / management of sub-contractors",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Supply chain management and logistics",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Service Capability - Core LAN, Access, Wireless",
"numbers": [
{
"number": 13,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Management and Security Tools",
"numbers": [
{
"number": 12,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Capacity and vendor partnerships",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Case Study",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"minimumCandidates": 1,
"maximumCandidates": 3
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Conditions of participation are in the request to participate document and include: Technical or professional ability, minimum technical requirements, general IT and cloud security requirements, past performance, references, economic and financial standing, Modern Slavery Act requirements, health and safety, compliance with equality legislation, and willingness and ability to comply with contractual requirements"
},
{
"type": "technical",
"description": "Conditions of participation are in the request to participate document and include: Technical or professional ability, minimum technical requirements, general IT and cloud security requirements, past performance, references, economic and financial standing, Modern Slavery Act requirements, health and safety, compliance with equality legislation, and willingness and ability to comply with contractual requirements"
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-31T00:00:00+01:00",
"endDate": "2029-07-31T23:59:59+01:00",
"maxExtentDate": "2033-07-31T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "The Council will explore extension opportunities in dialogue and reserves the right to amend the extension options. The maximum extension period for this contract is 4 years."
}
},
{
"id": "2",
"title": "Server",
"description": "The requirement of the Provider will be to deliver a replacement virtual server infrastructure and hyperconverged virtual server infrastructure. Full details of the requirement can be found in the Statement of Requirements documents which are supported by an additional document outlining the strategic objectives and overview of the existing service (there are separate documents for Network and Server), all of which will form a schedule to the terms and conditions of the contract.",
"status": "active",
"value": {
"amountGross": 0,
"amount": 0,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Sustainability",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Security and configuration of data / management of sub-contractors",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Supply chain management and logistics",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Service Capability - Core LAN, Access, Wireless",
"numbers": [
{
"number": 13,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Management and Security Tools",
"numbers": [
{
"number": 12,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Capacity and vendor partnerships",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Case Study",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"minimumCandidates": 1,
"maximumCandidates": 3
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Conditions of participation are in the request to participate document and include: Technical or professional ability, minimum technical requirements, general IT and cloud security requirements, past performance, references, economic and financial standing, Modern Slavery Act requirements, health and safety, compliance with equality legislation, and willingness and ability to comply with contractual requirements"
},
{
"type": "technical",
"description": "Conditions of participation are in the request to participate document and include: Technical or professional ability, minimum technical requirements, general IT and cloud security requirements, past performance, references, economic and financial standing, Modern Slavery Act requirements, health and safety, compliance with equality legislation, and willingness and ability to comply with contractual requirements"
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-31T00:00:00+01:00",
"endDate": "2029-07-31T23:59:59+01:00",
"maxExtentDate": "2033-07-31T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "The Council will explore extension opportunities in dialogue and reserves the right to amend the extension options. The maximum extension period for this contract is 4 years."
}
}
],
"lotDetails": {
"awardCriteria": {
"description": "Suppliers can apply for one or two lots and there is no limit to the number of lots that can be awarded to a specific supplier."
}
},
"documents": [
{
"id": "A-11691",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11691",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-11692",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11692",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "A-11693",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11693",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-11694",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11694",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "A-11695",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11695",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "011523-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/011523-2026",
"datePublished": "2026-02-09T16:13:34Z",
"format": "text/html"
}
],
"riskDetails": "Please note that both Norfolk County Council and Suffolk County Council have approved a devolution deal which is expected to lead to the establishment of a Mayoral Combined County Authority with strategic powers, headed by an elected mayor. Subject to the government laying a Statutory Instrument and to its approval by Parliament to formally establish the new combined authority, the first Mayoral election is expected to be in 2028. Government has also invited participation by Norfolk in Local Government Review. This process has the potential to lead to unitary local government in Norfolk. One of these changes could happen without the other. The contract may be assigned or novated to any successor authority(ies) to Norfolk County Council or to any joint body incorporating or formed by any such successor. The County Council or a successor authority or joint body may order services on behalf of other local authorities serving any area within Norfolk's current geographical boundaries."
},
"language": "en"
}