Buyer Name: Border to Coast Pensions Partnership Limited
Buyer Address: 5th Floor, Toronto Square, Toronto Street, Leeds, UKE42, LS1 2HJ, United Kingdom
Contact Name: Border to Coast Procurement Team
Contact Email: procurement@bordertocoast.org.uk
Buyer Name: Border to Coast Pensions Partnership Limited
Buyer Address: 5th Floor, Toronto Square, Toronto Street, Leeds, UKE42, LS1 2HJ, United Kingdom
Contact Name: Border to Coast Procurement Team
Contact Email: procurement@bordertocoast.org.uk
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.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/056704-2025
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Value: GBP 7,000,000
Lot 1 Value (Gross): GBP 8,400,000
Lot 1 Contract Start: 2026-05-17T00:00:00+01:00
Lot 1 Contract End: 2030-05-16T23:59:59+01:00
Lot 1 Award Criterion (quality): Quality/Service (60%)
Lot 1 Award Criterion (price): Bid Price (20%)
Lot 1 Award Criterion (quality): Pre-Selection and Strategic Alignment Questionnaire: Parts 2 and 3 (15%)
Lot 1 Award Criterion (quality): ESG (5%)
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-COH-10795539",
"name": "Border to Coast Pensions Partnership Limited"
},
"date": "2025-09-15T16:32:37+01:00",
"id": "056704-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-054f38",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Leeds",
"postalCode": "LS1 2HJ",
"region": "UKE42",
"streetAddress": "5th Floor, Toronto Square, Toronto Street"
},
"contactPoint": {
"email": "procurement@bordertocoast.org.uk",
"name": "Border to Coast Procurement Team"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "https://www.bordertocoast.org.uk/"
},
"id": "GB-COH-10795539",
"identifier": {
"id": "10795539",
"scheme": "GB-COH"
},
"name": "Border to Coast Pensions Partnership Limited",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"additionalProcurementCategories": [
"goods"
],
"awardPeriod": {
"endDate": "2025-11-26T23:59:59+00:00"
},
"coveredBy": [
"GPA"
],
"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).\nBorder 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\n365 solutions, with additional Business Central (Finance), CRM and Data modules deployed across the business.\nThe Supplier\u2019s Standard Terms \u0026 Conditions must incorporate the Mandatory Terms \u0026 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 \u0026 Conditions must indicate this clearly in Appendix M by ticking the relevant confirmation statement at the top.\nSuppliers should ensure that they are familiar with these requirements and that their Standard Terms \u0026 Conditions are capable of being accepted by Border to Coast. Any queries regarding the Mandatory Terms \u0026 Conditions such as the adoption of the Suppliers\u2019 terms should be raised as part of the clarification process prior to submission of tenders. A full contract incorporating the Mandatory Terms \u0026 Conditions will only need to be provided to Border to Coast once the successful Supplier has been notified.",
"documents": [
{
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2025-09-15T16:32:37+01:00",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "056704-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/056704-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-09-29T23:00:00Z"
},
"expressionOfInterestDeadline": "2025-10-06T11:00:00Z",
"id": "DN765254",
"items": [
{
"additionalClassifications": [
{
"description": "IT services: consulting, software development, Internet and support",
"id": "72000000",
"scheme": "CPV"
},
{
"description": "Software package and information systems",
"id": "48000000",
"scheme": "CPV"
},
{
"description": "Networking, Internet and intranet software package",
"id": "48200000",
"scheme": "CPV"
},
{
"description": "Computer equipment and supplies",
"id": "30200000",
"scheme": "CPV"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"name": "Quality/Service",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Bid Price",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
],
"type": "price"
},
{
"name": "Pre-Selection and Strategic Alignment Questionnaire: Parts 2 and 3",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "ESG",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2030-05-16T23:59:59+01:00",
"maxExtentDate": "2034-05-16T23:59:59+01:00",
"startDate": "2026-05-17T00:00:00+01:00"
},
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "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)."
},
"status": "active",
"value": {
"amount": 7000000,
"amountGross": 8400000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"acceleratedRationale": "Qualifying planned procurement notice",
"features": "Part 1 \u2013 Issuing Procurement Documentation:\ni. Border to Coast publish the relevant Notices under the Act and all documentation relation to the Procurement.\nPart 2 - Clarification Phase:\nii. Suppliers to submit clarification questions within deadline stated in the Procurement Timetable.\niii. Border to Coast to respond to clarifications within the deadline stated in the Procurement Timetable.\niv. Suppliers to complete documents at 2.3 within the deadline stated in the Procurement Timetable.\nPart 3 \u2013 Review and Assessment of Pre-Selection and Strategic Alignment Questionnaire\u202f:\nv. Border to Coast to assess Part 1 of the Pre-Selection and Strategic Alignment Questionnaire.\nvi. Border to Coast to assess Parts 2 and Part 3 of the Pre-Selection and Strategic Alignment\nQuestionnaire\u202fto down-select Suppliers.\nvii. Notification to all Suppliers of Down-Selection outcome.\nPart 4 \u2013 Evaluation of Bids:\nviii. Border to Coast evaluate Bids.\nPart 5 \u2013 Clarification Phase 2:\nix. Border to Coast may carry out clarification meetings. Please note any in-person meetings are to take place at Border to Coast\u2019s Leeds office.\nPart 6 - Due Diligence:\nx. Border to Coast will carry out Due Diligence on the remaining Suppliers which may include a site visit.\nPart 7 - Assessment and Moderation:\nxi. Moderation sessions will take place following Clarification Phase 2 and Due Diligence.\nPart 8 - Contract Award:\nxii. Border to Coast to issue Contract Award Notice and assessment summary letters.\nxiii. Standstill period observed.\nxiv. Border to Coast and selected Supplier to execute Contract.",
"isAccelerated": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"status": "active",
"submissionMethodDetails": "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:\nLog in - https://procontract.due-north.com/Login/Index?ReturnUrl=/Login/LogoutConfirmation\nRegistration link - https://procontract.due-north.com/Register",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"title": "Managed Service Provider Contract",
"value": {
"amount": 7000000,
"amountGross": 8400000,
"currency": "GBP"
}
}
}