Section one: Contracting authority
one.1) Name and addresses
Liverpool City Council
4th Floor, Cunard Building
Liverpool
L3 1DS
Contact
Mr Steve Haywood
steve.haywood@liverpool.gov.uk
Telephone
+44 1513510543
Country
United Kingdom
Region code
UKD72 - Liverpool
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ICT Hardware, Software and Services Framework_25
Reference number
DN757985
two.1.2) Main CPV code
- 30200000 - Computer equipment and supplies
two.1.3) Type of contract
Supplies
two.1.4) Short description
Liverpool City Council requires up to four suppliers to provide ICT Hardware, Software and Professional Services to the Council and partner organisations.
The procurement will consist of the creation of a multi-lot, multi-supplier framework consisting of two lots as follows:
Lot 1: Corporate and Education Hardware and Professional Services; and
Lot 2: Corporate and Education Software and Professional Services.
The framework will last for four years, with a total framework value of £25,000,000 split as follows:
Lot 1: £12,000,000; and
Lot 2: £13,000,000.
The framework is primarily for use by Liverpool City Council and partner organisations, but on occasion, the framework may also be used by:
- Halton Borough Council
- Knowsley Metropolitan Borough Council
- Sefton Metropolitan Borough Council
- St Helens Borough Council
- Wirral Metropolitan Borough Council
- Liverpool City Region Combined Authority
- Merseytravel
two.1.5) Estimated total value
Value excluding VAT: £25,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Lot 1: Corporate and Education Hardware and Professional Services
Lot No
1
two.2.2) Additional CPV code(s)
- 30200000 - Computer equipment and supplies
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
two.2.4) Description of the procurement
Lot 1: Corporate and Education Hardware and Professional Services.
This is a single Supplier lot.
The Supplier will be required to become a supply partner for any ICT hardware related goods and professional services that are required by the Customer.
The Supplier may also be required to facilitate requests for the support and maintenance of a variety specialist hardware solutions. These hardware solutions are currently covered by support and maintenance contracts which will likely run to their Termination Date, but these Contracts will expire during the term of the Framework.
Examples of the typical requirements are given in the tender documentation.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £12,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
25 May 2025
End date
24 May 2029
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2: Corporate and Education Software and Professional Services.
Lot No
2
two.2.2) Additional CPV code(s)
- 30200000 - Computer equipment and supplies
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
two.2.4) Description of the procurement
Lot 2: Corporate and Education Software and Professional Services.
This lot will consist of up to three suppliers.
The Suppliers will be required to supply computer software to both corporate and educational organisations. Suppliers will not be ranked on the Framework in any way, and all three Suppliers will be invited to partake in each Further Competition.
The range of software to be provided may include, but is not limited to, the following:
• Business function specific software.
• Content authoring, editing and management software.
• Educational or reference software.
• Finance accounting and enterprise resource planning Enterprise Resource Planning software.
• Operating environment software (including Microsoft Enterprise Software Agreement which is due for re-tender 2023, and may be procured via further competition on this Framework).
• Security and protection software.
• System management software.
• Utility and device driver software.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £13,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
25 May 2025
End date
24 May 2029
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 4
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Not applicable.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 March 2025
Local time
4:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
20 March 2025
Local time
4:00pm
Place
Liverpool.
Information about authorised persons and opening procedure
Liverpool City Council, Commercial Procurement Unit, Procurement Business Partner.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom