Section one: Contracting authority
one.1) Name and addresses
Lincolnshire County Council
Orchard House, Orchard Street
Lincoln
LN1 1BA
Contact
Mr Ben Crow
Telephone
+44 1522553643
Country
United Kingdom
Region code
UKF3 - Lincolnshire
Internet address(es)
Main address
https://www.lincolnshire.gov.uk
Buyer's address
https://www.lincolnshire.gov.uk
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
LCC - Strategic Technology Partner Services
Reference number
DN721491
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
This contract establishes a strategic partnership for the provision of IT services to support the effective delivery, management and development of Lincolnshire County Council’s technology estate. The scope includes end-to-end IT operational services, service management, infrastructure, application and network support, hosting, cyber security, and access to professional services.
The contract is designed to be flexible and future-facing, enabling services to adapt over time in response to changing technology, user needs, organisational priorities, and external factors. It includes support for digital transformation, the development of agile product teams, and the maintenance of an ‘evergreen’ technology environment. Services will be delivered in collaboration with retained Council teams and other partners, with a focus on continuous improvement, security, value for money, and long-term adaptability.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £193,000,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKF3 - Lincolnshire
two.2.4) Description of the procurement
This contract covers the provision of Strategic Technology Partner Services to deliver, manage and develop a broad range of IT services in support of Lincolnshire County Council’s current and future requirements. The scope includes operational service delivery, transformation support, and the capability to respond to evolving organisational priorities, user needs, and changes in technology over the life of the contract.
The contract establishes a strategic partnership model designed to be flexible and responsive, enabling the Council to adapt its technology estate, service design and delivery model in line with changes in legislation, policy, budget, user demand, working practices and market developments. The services provided under this contract are expected to evolve over time to reflect best practice, technological change and emerging business needs.
The contract includes, but is not limited to, the following areas:
Operational IT Services, including user support services (e.g. service desk, VIP support, on-site and remote assistance), modern workplace services (e.g. device lifecycle management, Microsoft 365 administration, identity and access management), and service management functions aligned to ITIL or equivalent standards.
Application Services, including support for a portfolio of business applications hosted across a hybrid environment (on-premise, cloud, SaaS), application rationalisation, access and performance management, software asset management, and support for strategic platforms and integrations.
Hosting and Infrastructure, including the operation, monitoring and optimisation of cloud services (principally Microsoft Azure), on-premise infrastructure and datacentre environments, storage, server and backup solutions, and disaster recovery capabilities.
Network Services, including management of local area and wireless networks across all Council sites, network equipment lifecycle management, and interfaces with the Council’s existing WAN provision.
Cyber Security, including the delivery of operational security controls, collaboration within a multi-supplier assurance model, compliance with recognised frameworks (e.g. NIST), incident response and recovery, risk monitoring and reporting, and security tooling.
Change and Professional Services, including technical and service design, project and programme management, and access to resources to support both tactical and strategic initiatives. This will include delivery via product teams and agile approaches where appropriate.
Service Development, including participation in governance and service planning, and provision of insight, innovation and continuous improvement to support the Council in achieving value for money, enhanced user experience and improved service outcomes.
The contract requires the management of an ‘evergreen’ IT estate, ensuring that services and technologies remain current, supported and secure. The scope also includes the ability to initiate, accelerate or respond to transformation programmes, emerging technologies (e.g. AI, automation, data analytics), and cross-sector collaboration opportunities, including with health, emergency services and other public sector bodies.
The service model is expected to operate collaboratively with the Council’s retained teams and other delivery partners, within a defined governance framework. The supplier will be required to work in an open, transparent and flexible way, with the ability to scale services up or down, reshape delivery models, and introduce new capabilities as business needs change.
The specification reflects the Council’s current estate and service structure, but does not limit the future evolution of services. The contract will provide the mechanism through which technology services can be maintained, modernised and transformed over time to meet the Council’s ongoing and emerging requirements.
The published contract value reflects the strategic scope of the arrangement, including provision for future growth, service evolution and technological change over the life of the contract.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70%
Quality criterion - Name: Commercial / Weighting: 5%
Cost criterion - Name: Price / Weighting: 25%
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
Competitive procedure with negotiation
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-028911
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 July 2025
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Version 1 Solutions Ltd.
Suite 3D&E, Third Floor, 31 Temple Street
Birmingham
B2 5DB
Country
United Kingdom
NUTS code
- UKF3 - Lincolnshire
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £193,000,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
Royal Courts of Justice, Strand
London
WC2A 2LL
Country
United Kingdom