Tender

SE1193B Investment Technology Implementation Tender Notice

  • Sport England

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

Notice identifier: 2025/S 000-012361

Procurement identifier (OCID): ocds-h6vhtk-04fb96

Published 1 April 2025, 4:44pm



Scope

Reference

SE1193B

Description

Sport England is a lottery distributor, administering and awarding approximately £300m per annum (£100m exchequer and £200m lottery). The funds are distributed across the sport and physical activity ecosystem, a complex network of over 100,000 organisations of different sizes and types. This network of organisations provides the opportunities that already underpin the activity habits of millions of people and the athletes that progress through talent development pathways.

Having a fit for purpose technology system for investment administration is therefore essential for Sport England to deliver its strategic ambitions and role as a funding distributor.

The technology system underpins a substantive part of Sport Englands operation, and as a result needs to balance key operating tensions including:

Strategy ambitions and stakeholder expectations: The launch and continued support for Uniting the Movement signals both the sector engagement and expectations for delivery of the strategy including ease of access to funding.

Financial operating constraints: Sport England operates within administrative constraints impacted by income. Maximising efficiency and productivity in investment will enable effective delivery within the constraints.

Government functional standards and best practice: Rightly government require standards to be achieved for grant administration including counter-fraud. Sport England has established investment management - any change must not compromise standards.

Continuity of operation and delivery: As Sport England existing commitments and necessary ambitions require delivery scale and cadence to be maintained throughout any change.

Alignment with future target operating model: Finally, any improvement in technology needs to align, and have the ability to, adapt to future operating structures and priorities.

Proof of Concept Delivery: A limited time period Proof of Concept (PoC) has recently been delivered prior to this phase. This has demonstrated the approach and functionality can be successful, and the build created will be extended to form the basis of the next phase of development. The PoC contained some limited functionality for the investment management journey in the system. It is deployed on Azure using Azure App service to manage Docker containers, database is PostgreSQL, API backend is asynchronous Python / Starlette, front end is in React with backend for frontend pattern based on Remix.

This procurement is split into four (4) Lots. Requirements are outlined by Lot below:

3.1 Lot 1 - Managed Service, Technical Assurance & Development

3.2 Lot 2 - Core Developer

3.3 Lot 3 - Specialist Developers

3.4 Lot 4 - Change Management Support

Total value (estimated)

  • £2,390,000 excluding VAT
  • £2,868,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 13 June 2025 to 31 March 2026
  • Possible extension to 31 March 2027
  • 1 year, 9 months, 18 days

Description of possible extension:

a one year extension option

Main procurement category

Services

CPV classifications

  • 72224000 - Project management consultancy services
  • 48331000 - Project management software package
  • 72222300 - Information technology services

Contract locations

  • UK - United Kingdom

Lot LOT 1. Managed Service, Technology and Delivery Support

Description

Managed Technology Infrastructure: Maintain core

infrastructure, manage system environments, develop

non-feature-related infrastructure and compatibility

with feature-related development of Lot 2.

• Technical Partner: Provide technical oversight, quality

assurance, and contribute to the architecture roadmap.

• Technical Skills and Supporting Development: Provide

technical expertise in Microsoft technologies, including

Azure and PowerBI. Supplementary skills for project

delivery such as testing, documentation, client-side

delivery support. Flexible additional development

capacity if required during the project.

• Managed Support Service: Provide post-go-live

support, including service desk management, incident

management and performance monitoring

Lot value (estimated)

  • £750,000 excluding VAT
  • £900,000 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot LOT 2. Core Developer

Description

• Core Functional Product Build: End-to-end

development of the product functionality.

• Solution Design and Problem Solving: Interpret

organisational requirements, solve complex challenges,

and collaborate closely with business users and

stakeholders.

• Feature-Related Technical Infrastructure: Develop

system architecture, and integration with non-feature related development of Lot 1.

• Commercial Proposition: Potential to extend value of

the system for future commercial proposition with

similar organisations.

Lot value (estimated)

  • £750,000 excluding VAT
  • £900,000 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot LOT 3. Technical - Supporting Development and Specialist Capabilities

Description

General Development: Additional capacity to support

the Managed Service supplier (Lot 1) and Core Developer

supplier (Lot 2). Flexible to be called on as demand

required, with smaller projects of work to be delivered

during the contract period based on SE requirements

and based on mutually agreed effort, timescales and

deliverables.

• Supporting Capabilities: Provide access to a specific or

range of specialist skills required to support system

development, such as potential for data migration

projects, technical software development, business

analysis, UX/UI design, and the finance system

integration applicable for SEs NetSuite finance tool.

Different skills to be called on as the project evolves for

flexibility to meet the requirements of the project

Lot value (estimated)

  • £590,000 excluding VAT
  • £708,000 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot LOT 4. Programme

Description

• Change Management: Provide client-side resource to

13

lead the implementation of our programme change

strategy.

• Communications Support: Provide communications

support to plan and execute key comms to

stakeholders.

Lot value (estimated)

  • £300,000 excluding VAT
  • £360,000 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Participation

Particular suitability

Lot LOT 1. Managed Service, Technology and Delivery Support

Lot LOT 2. Core Developer

Lot LOT 3. Technical - Supporting Development and Specialist Capabilities

Lot LOT 4. Programme

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

1 May 2025, 11:59pm

Submission type

Tenders

Tender submission deadline

11 May 2025, 11:59pm

Submission address and any special instructions

Submissions should be electronic using Sport Englands esourcing Portal - http://sportengland.bravosolution.co.uk/web/login.html

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

27 May 2025


Award criteria

Lot LOT 1. Managed Service, Technology and Delivery Support

This table contains award criteria for this lot
Name Type Weighting
Transferable experience - General and Domain Quality 20%
Experience and Proposed Solutions - Managed Tech Infrastructure / Tech Partner Quality 20%
Commercial: Pricing Schedule Price 20%
Experience and Proposed Solutions - Technical Skills and Supporting Development Quality 15%
Experience and Proposed Solutions - Managed Support Service Quality 15%
Social Value: Diverse Supply Chains Quality 10%

Lot LOT 2. Core Developer

This table contains award criteria for this lot
Name Type Weighting
Transferable experience - General and Domain Quality 20%
Experience and Proposed Solutions - Software Development and Product Solutions Quality 20%
Commercial: Pricing Schedule Price 20%
Experience and Proposed Solutions - Delivery Quality 15%
Experience and Proposed Solutions - Commercial Exploitation Quality 15%
Social Value: Diverse Supply Chains Quality 10%

Lot LOT 3. Technical - Supporting Development and Specialist Capabilities

This table contains award criteria for this lot
Name Type Weighting
Transferable experience - General and Domain Quality 25%
Experience and Proposed Solutions - Specialist Expertise on Previous Relevant Projects Quality 25%
Experience and Proposed Solutions - Account Management / Delivery Quality 20%
Commercial: Pricing Schedule Price 20%
Social Value: Diverse Supply Chains Quality 10%

Lot LOT 4. Programme

This table contains award criteria for this lot
Name Type Weighting
Technical: Change Management Quality 35%
Technical: Transferable experience Quality 20%
Commercial: Pricing Schedule Price 20%
Technical: Communications Quality 15%
Social Value: Diverse Supply Chains Quality 10%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

PSQ Stage 1 to shortlist bidders to tender

ITT Stage 2 to invite the shortlisted qualified bidders to submit a tender, followed by Stage 3 which will be a presentation for those suppliers shortlisted at Stage 2


Documents

Documents to be provided after the tender notice

A draft of the Terms and Conditions of the contract will be provided at Stage 2 of the Procurement to the successfully shortlisted bidders/suppliers


Contracting authority

Sport England

  • Public Procurement Organisation Number: PTWR-9348-TXMN

Loughborough Sport Park

Loughborough

LE11 3QF

United Kingdom

Region: UKF22 - Leicestershire CC and Rutland

Organisation type: Public authority - sub-central government