Tender

Framework for the Provision of IT Software

  • City of Bradford Metropolitan District Council

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

Notice identifier: 2025/S 000-072351

Procurement identifier (OCID): ocds-h6vhtk-059bfd (view related notices)

Published 10 November 2025, 12:01pm



Scope

Reference

104504

Description

The Authority is seeking to create a framework of providers who are suitably experienced and qualified to supply IT Software. This covers the purchase, licencing and subscription, but will also include related professional services and support and maintenance related to the software solution, whether cloud-based, on-premises or hybrid. This will be an Open framework for a total period of 8 years. It is anticipated the framework will be re-opened in Year 3 and Year 6. It is anticipated that the value of this contract will be in the region of £800,000 per annum. The Council makes no guarantees to the Provider in terms of values and or volumes, as this is dependent on the transactions made throughout the life of this contract. The Council does not guarantee any minimum level of spend. The Council retains the right to use alternative procurement routes and alternative Providers for specific software or solutions where appropriate.

Commercial tool

Establishes an open framework

Total value (estimated)

  • £4,000,000 excluding VAT
  • £4,800,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 March 2026 to 28 February 2034
  • 8 years

Main procurement category

Services

CPV classifications

  • 48000000 - Software package and information systems
  • 72000000 - IT services: consulting, software development, Internet and support

Contract locations

  • UKE - Yorkshire and the Humber

Framework

Open framework scheme end date (estimated)

28 February 2034

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Framework operation description

This will be an Open framework for a total period of 8 years. It is anticipated the framework will be re-opened in Year 3 and Year 6. However, the Council reserves the right to reopen earlier if, for example, Providers are failing KPIs. At least three (3) Providers with the highest overall score will be appointed to the framework. When the framework is re-opened: - Existing Providers will need to confirm on what basis they wish to participate. For example, whether they wish a tender relating to an earlier award to be assessed or whether they have submitted a new tender for assessment - New Providers will be able to submit a tender response for assessment. All work is on an 'as and when required' basis only, there is no guarantee of an award of any work. When the Council have a requirement, they will use a mini-competition to request pricing, and a call-off order will then be placed with the Provider that demonstrates best value. Mini-Competitions may be used to: - Identify the best value solution for the Council where one or more Providers are capable of providing Services under a Call-Off Contract; and - Identify best value proposals for Services. The process for running a Mini-Competition will follow the method set out below. Step 1: Identification of requirements The Council will issue an invitation to submit a quote request to all Providers on the framework. Step 2: Evaluation of responses and award decision The Council will assess all submissions and award the contract either to the lowest-priced bid or to the proposal that offers the best overall value, considering total cost of ownership. Evaluation criteria shall be notified to Providers in the invitation to submit a quote. Note, for higher value procurements, the Council may decide to use an auction process for example a reverse Dutch auction Where appropriate, the Council may award a contract through a Direct Call-Off method, as outlined below. - When the software vendor provides pricing exclusively through a specific Provider. - When the Council is purchasing additional licences under an existing agreement with a particular Provider. - In accordance with Procurement Act 2023 Schedule 5 Direct Award justifications.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Legal and financial capacity conditions of participation

See Tender Documentation

Technical ability conditions of participation

See Tender Documentation

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

4 December 2025, 5:00pm

Tender submission deadline

11 December 2025, 11:00am

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

23 January 2026


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Quality

Quality will be evaluated and scored based on the response to the requirements detailed within Specification of Requirements

Quality 80%
Social Value

Social Value will be evaluated and scored based on the response to the social value requirements detailed within the tender documents.

Quality 10%
Price

Price will be evaluated and scored based on the completed Pricing Matrix

Cost 10%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Justification for not publishing a preliminary market engagement notice

There is a wide market of IT Software resellers and therefore preliminary market engagement was not required.


Contracting authority

City of Bradford Metropolitan District Council

  • Public Procurement Organisation Number: PBWW-4714-TBHN

Britannia House, Hall Ings

Bradford

BD1 1HX

United Kingdom

Contact name: Catherine Mullins

Email: catherine.mullins@bradford.gov.uk

Website: https://www.bradford.gov.uk/

Region: UKE41 - Bradford

Organisation type: Public authority - sub-central government