Buyer Name: City of Bradford Metropolitan District Council
Buyer Address: Britannia House, Hall Ings, Bradford, UKE41, BD1 1HX, United Kingdom
Contact Name: Catherine Mullins
Contact Email: catherine.mullins@bradford.gov.uk
Buyer Name: City of Bradford Metropolitan District Council
Buyer Address: Britannia House, Hall Ings, Bradford, UKE41, BD1 1HX, United Kingdom
Contact Name: Catherine Mullins
Contact Email: catherine.mullins@bradford.gov.uk
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.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/072351-2025
Link Description: Tender notice on Find a Tender
Lot LOT-0000 Status: active
Lot LOT-0000 Value: GBP 4,000,000
Lot LOT-0000 Value (Gross): GBP 4,800,000
Lot LOT-0000 Contract Start: 2026-03-01T00:00:00Z
Lot LOT-0000 Contract End: 2034-02-28T23:59:59Z
Lot LOT-0000 SME Suitable: Yes
Lot LOT-0000 Award Criterion (quality): Quality (80%)
Lot LOT-0000 Award Criterion (quality): Social Value (10%)
Lot LOT-0000 Award Criterion (cost): Price (10%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PBWW-4714-TBHN",
"name": "City of Bradford Metropolitan District Council"
},
"date": "2025-11-10T12:01:51Z",
"id": "072351-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-059bfd",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Bradford",
"postalCode": "BD1 1HX",
"region": "UKE41",
"streetAddress": "Britannia House, Hall Ings"
},
"contactPoint": {
"email": "catherine.mullins@bradford.gov.uk",
"name": "Catherine Mullins"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "https://www.bradford.gov.uk/"
},
"id": "GB-PPON-PBWW-4714-TBHN",
"identifier": {
"id": "PBWW-4714-TBHN",
"scheme": "GB-PPON"
},
"name": "City of Bradford Metropolitan District Council",
"roles": [
"buyer"
]
}
],
"planning": {
"noEngagementNoticeRationale": "There is a wide market of IT Software resellers and therefore preliminary market engagement was not required."
},
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-01-23T23:59:59Z"
},
"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 \u00a3800,000 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.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2025-11-10T12:01:51Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "072351-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/072351-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-12-04T17:00:00+00:00"
},
"id": "104504",
"items": [
{
"additionalClassifications": [
{
"description": "Software package and information systems",
"id": "48000000",
"scheme": "CPV"
},
{
"description": "IT services: consulting, software development, Internet and support",
"id": "72000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE"
}
],
"id": "LOT-0000",
"relatedLot": "LOT-0000"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "Quality will be evaluated and scored based on the response to the requirements detailed within Specification of Requirements",
"name": "Quality",
"numbers": [
{
"number": 80,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Social Value will be evaluated and scored based on the response to the social value requirements detailed within the tender documents.",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Price will be evaluated and scored based on the completed Pricing Matrix",
"name": "Price",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "cost"
}
]
},
"contractPeriod": {
"endDate": "2034-02-28T23:59:59Z",
"startDate": "2026-03-01T00:00:00Z"
},
"id": "LOT-0000",
"selectionCriteria": {
"criteria": [
{
"description": "See Tender Documentation",
"type": "economic"
},
{
"description": "See Tender Documentation",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"value": {
"amount": 4000000,
"amountGross": 4800000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"status": "active",
"submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=99235\u0026B=",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"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 \u2018as and when required\u0027 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.",
"isOpenFrameworkScheme": true,
"method": "withAndWithoutReopeningCompetition",
"openFrameworkSchemeEndDate": "2034-02-28T23:59:59Z",
"type": "closed"
},
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2025-12-11T11:00:00+00:00"
},
"title": "Framework for the Provision of IT Software",
"value": {
"amount": 4000000,
"amountGross": 4800000,
"currency": "GBP"
}
}
}