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
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
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
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
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
Email: Procurement@SPORTENGLAND.ORG
Region: UKF22 - Leicestershire CC and Rutland
Organisation type: Public authority - sub-central government