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
| 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