Tender

Future Infrastructure Programme

  • Norfolk County Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-012807

Procurement identifier (OCID): ocds-h6vhtk-064b8f

Published 9 February 2026, 4:13pm

Last edited 12 February 2026, 11:54am

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

Information has been added to the notice. Updated to include estimated values and reflect the award criteria in the RTP document.

Scope

Reference

NCCT43328

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.

The values in this notice are estimated and we expect they could change during the procurement.

Total value (estimated)

  • £7,000,000 excluding VAT
  • £8,400,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 31 July 2026 to 30 July 2029
  • Possible extension to 29 July 2033
  • 6 years, 11 months, 30 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
  • 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)

  • £6,358,800 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)

  • £2,041,200 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

1 to 3 suppliers

Selection criteria:

Shortlisting questions as per the RTP documentation:

1.1 - Sustainability - 5%

1.2 - Security and configuration of data / management of sub-contractors - 5%

1.3 - Supply chain management and logistics - 15%

2.1 - Service Capability - Core LAN, Access, Wireless - 13%

2.2 - Management and Security Tools 12%

2.3 - Capacity and vendor partnerships 10%

2.4 - Case Study - 40%

Lot 2. Server

1 to 3 suppliers

Selection criteria:

Shortlisting Questions:

1.1 - Sustainability - 5%

1.2 - Security and configuration of data / management of sub-contractors - 5%

1.3 - Supply chain management and logistics - 15%

3.1 - Service Capability - 13%

3.2 - Management and Security Tools - 12%

3.3 - Capacity and vendor partnerships - 10%

3.4 - Case Study - 40%

Award decision date (estimated)

20 July 2026


Award criteria

Lot 1. Network

This table contains award criteria for this lot
Name Type Weighting
Price Price 30%
Design and Implementation Quality 15%
Core LAN Quality 15%
Access Network Quality 15%
Zero Trust Quality 15%
Sustainability Quality 5%
Service and Support Quality 5%

Lot 2. Server

This table contains award criteria for this lot
Name Type Weighting
Price Price 30%
Design and Implementation Quality 15%
Compute Quality 15%
Storage, Backup and DR Quality 15%
Zero Trust Quality 15%
Sustainability Quality 5%
Service and support 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.

Applicable trade agreements

  • Government Procurement Agreement (GPA)
  • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

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.


Contracting authority

Norfolk County Council

  • Public Procurement Organisation Number: PDYH-3246-XWTR

County Hall, Martineau Lane

Norwich

NR1 2DH

United Kingdom

Region: UKH15 - Norwich and East Norfolk

Organisation type: Public authority - sub-central government