Tender

Software Licence Agreements, Applications and Associated Services Framework

  • Nottinghamshire County Council

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

Notice identifier: 2025/S 000-021807

Procurement identifier (OCID): ocds-h6vhtk-0514a6

Published 15 May 2025, 2:46pm



Scope

Reference

DN774570

Description

Nottinghamshire County Council (the Council) wish to put a Framework Agreement in place for the supply of its software licence agreements, applications and associated services.

Within scope of the Framework is software purchased both for Council corporate use, maintained schools and a number of arms length organisations owned by the Council:

• Core requirements are based around an Approved Product Portfolio; software that has been tested by the Council and is known to be compatible with the Council's current infrastructure.

• Commercial off-the-shelf software (COTS)

• Associated services related to software including, but not limited to, training, installation and consultancy

Commercial tool

Establishes a framework

Total value (estimated)

  • £25,000,000 excluding VAT
  • £30,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 September 2025 to 31 August 2029
  • 4 years

Main procurement category

Services

CPV classifications

  • 72266000 - Software consultancy services
  • 72268000 - Software supply services

Contract locations

  • UKF14 - Nottingham
  • UKF15 - North Nottinghamshire
  • UKF16 - South Nottinghamshire

Framework

Maximum number of suppliers

1

Maximum percentage fee charged to suppliers

0%

Framework operation description

During the contract period, we will need to order various software licences and associated services including professional services. The Supplier must provide us with written quotes for any software and associated service requests that we make which must include at a minimum.

• The details of the software product/'s and/or service, including the amount in which are needed.

• Price, with a clear breakdown that shows any ongoing costs, such as yearly software licensing or maintenance. (Note that, as also mentioned in the "Tender Pricing" section, Nottinghamshire County Council may ask the Supplier to show proof of the price they are paying to the manufacturer / reseller), margin (%), and the Supplier must provide this information if requested.)

• For orders that involve professional services, or where professional services or consultancy are needed, the Supplier must also provide.

o The professional service roles that are relevant and suitable for the project or task, and the qualifications and experience of the people who will do them.

o A statement of work that outlines the activities, deliverables, milestones, and acceptance criteria of the project or task, as well as the risks, assumptions, and dependencies involved.

o A breakdown of the costs related to the professional services, including the hourly or daily rates, travel expenses, and any other fees or charges that may apply.

o A project plan that displays the schedule, resources, and dependencies of the project or task, and how the Supplier will communicate and report their progress and issues to us.

Where any quotation has lead time or volume considerations, the Supplier must also detail within the quotation.

• Where the level of discount is affected by lead time, the lead time pricing tiers available and the discount applicable to the lead time offered.

• Where the level of discount is affected by volume, the volume pricing tiers available and the discount applicable to the volume tier offered.

The bidding supplier must provide us with the quotes within five working days from the date of our request. The quotes must be valid for 30 days from the date of issue. If the Supplier is unable to meet any of these criteria, they must acknowledge our request and inform us of the reason for the change and the expected date of delivery of the quotes/provide different validity date. We reserve the right to reject any quotes that are not provided within the specified time frame or that do not meet our requirements.

The bidder is expected to streamline software order process by providing a portal that list current pricing for repeatable COT's software and include features for tracking quotes and orders.

Award method when using the framework

Without competition

Contracting authorities that may use the framework

As well as the internal users within the Council, ICT Services division provide services to some of the Council's Alternative Service Delivery Models (ASDMs). ASDMs are arms-length organisations, which procure services from the Council. The Council reserves the right to add and remove additional ASDM's throughout the lifecycle of the Framework Agreement. Currently the council has relationships with East Midlands Combined Coalition Authority, VIA and Inspire.

All public sector organisations within the UK can access this framework agreement.


Participation

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

10 June 2025, 12:00pm

Tender submission deadline

17 June 2025, 12:00pm

Submission address and any special instructions

Suppliers must submit their tenders through the e-tendering system before the deadline shown in the e-tendering system - https://www.eastmidstenders.org/

Suppliers will not be able to complete submissions unless the "Accept" button has been clicked for the Terms and Conditions of Tender.

If you experience any issues with the e-tendering system, and the online help tools cannot assist, please contact the Technical Support Team: ProContractSuppliers@proactis.com

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

14 July 2025

Recurring procurement

Publication date of next tender notice (estimated): 1 March 2029


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Mark Up Price 24%
Final Sell Price Price 12%
Experience and Partnerships Quality 9%
COTs and Product Portfolio Quality 9%
Software License Management Experience Quality 9%
Quotations, Supply and Portal Requirements Quality 9%
Pre-sales Advice and Value-Add Services Quality 6%
Account Management Quality 6%
KPI Quality 6%
Professional Services Price 4%
Security Requirement Quality 3%
Implementation Quality 3%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Documents

Associated tender documents

https://www.eastmidstenders.org/


Contracting authority

Nottinghamshire County Council

  • Public Procurement Organisation Number: PBCV-5152-BXBP

County Hall, Loughborough Road

Nottingham

NG2 7QP

United Kingdom

Region: UKF16 - South Nottinghamshire

Organisation type: Public authority - sub-central government