Tender

Managed Service Provider Contract

  • Border to Coast Pensions Partnership Limited

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

Notice identifier: 2025/S 000-056704

Procurement identifier (OCID): ocds-h6vhtk-054f38 (view related notices)

Published 15 September 2025, 4:32pm



Scope

Reference

DN765254

Description

The successful Supplier appointed through this Procurement will be required to enter into a contractual agreement with Border to Coast to provide corporate ICT services. Border to Coast is looking for the appointed successful Supplier to contract for a term of 4 years, with then the option to extend, subject to performance and price negotiation, twice for 2 additional years each (resulting in a maximum possible term of 8 years).

Border to Coast intends to appoint a partner organisation to support core capabilities necessary to manage its existing infrastructure and achieve its future ICT objectives. This includes the oversight of the existing infrastructure and provision of corporate ICT solutions to enable Border to Coast to operate its core business using latest technologies deployed in a modern and flexible environment. The ICT Managed Service will manage and oversee the cloud based collaborative platform to allow Border to Coast to manage and deliver its investment portfolio effectively and securely. This will include hardware, infrastructure, communications, service support, cyber and data resilience capabilities. Border to Coast currently operates on a single site with circa. 180 users, and has adopted standard Microsoft

365 solutions, with additional Business Central (Finance), CRM and Data modules deployed across the business.

The Supplier's Standard Terms & Conditions must incorporate the Mandatory Terms & Conditions or equivalent terms, full details of which are contained in Appendix M. Suppliers wishing to provide an equivalent set of terms to Part 2 Appendix M Mandatory Terms & Conditions must indicate this clearly in Appendix M by ticking the relevant confirmation statement at the top.

Suppliers should ensure that they are familiar with these requirements and that their Standard Terms & Conditions are capable of being accepted by Border to Coast. Any queries regarding the Mandatory Terms & Conditions such as the adoption of the Suppliers' terms should be raised as part of the clarification process prior to submission of tenders. A full contract incorporating the Mandatory Terms & Conditions will only need to be provided to Border to Coast once the successful Supplier has been notified.

Total value (estimated)

  • £7,000,000 excluding VAT
  • £8,400,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 17 May 2026 to 16 May 2030
  • Possible extension to 16 May 2034
  • 8 years

Description of possible extension:

Border to Coast is looking for the appointed successful Tenderer to contract for a term of 4 years, with then the options to extend, subject to performance and price negotiation, twice for 2 additional years each (resulting in a maximum possible term of 8 years).

Main procurement category

Services

Additional procurement category

Goods

CPV classifications

  • 72000000 - IT services: consulting, software development, Internet and support
  • 48000000 - Software package and information systems
  • 48200000 - Networking, Internet and intranet software package
  • 30200000 - Computer equipment and supplies

Submission

Enquiry deadline

30 September 2025, 12:00am

Submission type

Tenders

Deadline for requests to participate

6 October 2025, 12:00pm

Submission address and any special instructions

Suppliers who have not previously submitted an expression of interest will need to register for Proactis ProContract and respond to the ProContract Expression of Interest/Advert, published under Opportunity ID DN765254 to be automatically invited to access tender documentation and submit bids. Log in and registration links are below:

Log in - https://procontract.due-north.com/Login/Index?ReturnUrl=/Login/LogoutConfirmation

Registration link - https://procontract.due-north.com/Register

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

26 November 2025


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Quality/Service Quality 60%
Bid Price Price 20%
Pre-Selection and Strategic Alignment Questionnaire: Parts 2 and 3 Quality 15%
ESG Quality 5%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

Part 1 - Issuing Procurement Documentation:

i. Border to Coast publish the relevant Notices under the Act and all documentation relation to the Procurement.

Part 2 - Clarification Phase:

ii. Suppliers to submit clarification questions within deadline stated in the Procurement Timetable.

iii. Border to Coast to respond to clarifications within the deadline stated in the Procurement Timetable.

iv. Suppliers to complete documents at 2.3 within the deadline stated in the Procurement Timetable.

Part 3 - Review and Assessment of Pre-Selection and Strategic Alignment Questionnaire :

v. Border to Coast to assess Part 1 of the Pre-Selection and Strategic Alignment Questionnaire.

vi. Border to Coast to assess Parts 2 and Part 3 of the Pre-Selection and Strategic Alignment

Questionnaire to down-select Suppliers.

vii. Notification to all Suppliers of Down-Selection outcome.

Part 4 - Evaluation of Bids:

viii. Border to Coast evaluate Bids.

Part 5 - Clarification Phase 2:

ix. Border to Coast may carry out clarification meetings. Please note any in-person meetings are to take place at Border to Coast's Leeds office.

Part 6 - Due Diligence:

x. Border to Coast will carry out Due Diligence on the remaining Suppliers which may include a site visit.

Part 7 - Assessment and Moderation:

xi. Moderation sessions will take place following Clarification Phase 2 and Due Diligence.

Part 8 - Contract Award:

xii. Border to Coast to issue Contract Award Notice and assessment summary letters.

xiii. Standstill period observed.

xiv. Border to Coast and selected Supplier to execute Contract.

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