Contract

LCC - Strategic Technology Partner Services

  • Lincolnshire County Council

F03: Contract award notice

Notice identifier: 2025/S 000-043478

Procurement identifier (OCID): ocds-h6vhtk-045598 (view related notices)

Published 28 July 2025, 1:50pm



Section one: Contracting authority

one.1) Name and addresses

Lincolnshire County Council

Orchard House, Orchard Street

Lincoln

LN1 1BA

Contact

Mr Ben Crow

Email

ben.crow@lincolnshire.gov.uk

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