Scope
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.
Total value (estimated)
- £0 including VAT
Above the relevant threshold
Contract dates (estimated)
- 31 July 2026 to 31 July 2029
- Possible extension to 1 August 2033
- 7 years, 2 days
Description of possible extension:
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.
Main procurement category
Goods
CPV classifications
- 48000000 - Software package and information systems
- 48800000 - Information systems and servers
- 48200000 - Networking, Internet and intranet software package
- 72000000 - IT services: consulting, software development, Internet and support
Contract locations
- UKH15 - Norwich and East Norfolk
- UKH16 - North and West Norfolk
- UKH17 - Breckland and South Norfolk
Lot constraints
Description of how multiple lots may be awarded:
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.
Lot 1. 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.
Lot value (estimated)
- £0 excluding VAT
- £0 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. 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.
Lot value (estimated)
- £0 excluding VAT
- £0 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Participation
Legal and financial capacity conditions of participation
Lot 1. Network
Lot 2. Server
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
Technical ability conditions of participation
Lot 1. Network
Lot 2. Server
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
Particular suitability
Lot 1. Network
Lot 2. Server
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
2 March 2026, 11:00am
Submission type
Requests to participate
Deadline for requests to participate
11 March 2026, 9:00am
Submission address and any special instructions
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.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
Lot 1. Network
Lot 2. Server
1 to 3 suppliers per lot
Award decision date (estimated)
20 July 2026
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Case Study | Quality | 40% |
| Supply chain management and logistics | Quality | 15% |
| Service Capability - Core LAN, Access, Wireless | Quality | 13% |
| Management and Security Tools | Quality | 12% |
| Capacity and vendor partnerships | Quality | 10% |
| Sustainability | Quality | 5% |
| Security and configuration of data / management of sub-contractors | Quality | 5% |
Other information
Description of risks to contract performance
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.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
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.
Documents
Associated tender documents
NCCT43328 - Request to Participate Final.docx
Lot 1 - Appendix 2-NCC Future Infrastructure Programme_Network_Statement of Requirements_v0.5.xlsx
Lot 1 - Network Strategic Objectives_v2.1 (forms part of Appendix 2 SOR).docx
Lot 2 - Appendix 2-NCC Future Infrastructure Programme_Server_Statement of Requirements_v0.5.xlsx
Lot 2 - Server Strategic Objectives_v2.0 (forms part of Appendix 2 SOR).docx
Contracting authority
Norfolk County Council
- Public Procurement Organisation Number: PDYH-3246-XWTR
County Hall, Martineau Lane
Norwich
NR1 2DH
United Kingdom
Email: sourcingteam@norfolk.gov.uk
Region: UKH15 - Norwich and East Norfolk
Organisation type: Public authority - sub-central government