Scope
Reference
DN773679
Description
Border to Coast has propositions within Public Listed, Private Markets, and Real Estate asset classes that deliver investment opportunities and management to our Partner Funds, with specific systems in place for each asset class.
As part of our strategy to become more effective and efficient, whilst being able to offer more value to our Partner Funds, we need to implement a platform that enables management of, and insight into, Partner Fund cross-asset investments.
Border to Coast wishes to procure an Enterprise Investments platform that creates a unified and integrated data layer as the foundation that enables the efficient and effective implementation of new investments capabilities. These capabilities will be core to our ongoing delivery of strategic outcomes to our Partner Funds.
The platform needs to have interoperability with our administrator and other third parties, such as Partner Fund custodians, to enable the on-going management of Border to Coast's own investment funds (including public market and private market funds). Additionally, the platform needs to enable Border to Coast to manage the 'whole customer fund' and the provision of these new capabilities. For clarity, 'whole customer fund' relates to Partner Fund holdings within their selected investment funds across multiple asset classes, inclusive of any Partner Fund assets not managed directly by Border to Coast.
Total value (estimated)
- £25,000,000 excluding VAT
- £30,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 12 January 2026 to 11 January 2031
- Possible extension to 11 January 2036
- 10 years
Description of possible extension:
The contract will have an initial term of 5 years, and will have the option of one additional 5 year extension.
Main procurement category
Goods
CPV classifications
- 48000000 - Software package and information systems
- 66000000 - Financial and insurance services
Submission
Enquiry deadline
4 July 2025, 12:00am
Submission type
Tenders
Tender submission deadline
11 July 2025, 12:00pm
Submission address and any special instructions
Suppliers will need to be registered on Proactis ProContract, log in and registration links are
below:
Log in - https://procontract.duenorth.com/Login/Index?ReturnUrl=/Login/LogoutConfirmation
Registration link - https://procontract.due-north.com/Register
Bidders will need to respond to the ProContract Expression of Interest/Advert, published
under Opportunity ID DN773679, to be automatically invited to access tender documentation and submit bids.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
19 November 2025
Award criteria
Name | Type | Weighting |
---|---|---|
Quality/Service | Quality | 80% |
Bid Price | Price | 20% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
As Border to Coast have previously published a Preliminary Market engagement notice under reference 2025/S 000-019169 and a Planned Procurement Notice under reference 2025/S 000-019195 (6th May 2025), a reduced tendering period of 15 days will be utilised.
The Procurement has the following key stages:
Part 1 - Issuing ITT & Pre-Selection Questionnaire
Border to Coast issues the ITT and documents set out at 4.2
Part 2 - Clarification Phase
Suppliers to submit clarification questions within deadline stated in the Procurement Timetable.
Border to Coast to respond to clarifications within the deadline stated in the Procurement Timetable.
Part 3 - Review and Assessment of Pre-Selection Questionnaire
Border to Coast to assess Pre-Selection Questionnaires in order to down select Suppliers.
Notification to all Suppliers of Down-Selection outcome.
Part 4 - Evaluation of Bids
Border to Coast to evaluate Bids.
Part 5 - Workshop Stage
Suppliers may be invited to a Workshop stage, which could include workshops and any required clarifications.
Part 6 - Assessment and Moderation
Moderation sessions will take place following the Workshop Stage.
Part 7 - Board Approval
Board approval is required prior to this contract being awarded, timings are included in the Procurement Timetable for reference.
Part 8 - Contract Award
Border to Coast to issue Contract Award Notice and assessment summary letters.
Standstill Period observed.
Selected Provider and Border to Coast to execute Contract.
Estimated Dates below:
Planned Procurement Notice & Preliminary Market Engagement Notice Published
06/05/2025 - Midnight 16/06/2025
Pre-Selection Documentation & ITT Published
25/06/2025
Supplier Clarification Window
25/06/2025 - 04/07/2025
Tender Response Deadline
[Pre-Selection Documentation & ITT Response]
Midday 11/07/2025
Down-Selection Evaluation & Notification to all Suppliers
11/07/2025 -15/07/2025
Evaluation of Tenders
15/07/2025 - 25/07/2025
Notification to Suppliers of Workshop Stage
28/07/2025
Supplier Workshop Stage
06/08/2025 - 27/08/2025
Review and Moderation
02/09/2025 - 04/09/2025
Successful Supplier Identified subject to contract and Board approval
19/11/2025
Standstill Period
19/11/2025 - 28/11/2025
Reduced tendering period
Yes
Qualifying planned procurement notice - minimum 10 days
Contracting authority
Border to Coast Pensions Partnership Limited
- Companies House: 10795539
5th Floor, Toronto Square, Toronto Street
Leeds
LS1 2HJ
United Kingdom
Contact name: Border to Coast Procurement Team
Email: procurement@bordertocoast.org.uk
Website: https://www.bordertocoast.org.uk
Region: UKE42 - Leeds
Organisation type: Public authority - sub-central government