Planning

Framework Agreement for ICT Products, Solutions, Services and Support

NEXUS MULTI ACADEMY TRUST

This public procurement record has 2 releases in its history.

PlanningUpdate

18 Dec 2025 at 16:06

Planning

18 Dec 2025 at 15:44

Summary of the contracting process

The Nexus Multi Academy Trust has announced a planned procurement process for a Framework Agreement focusing on ICT Products, Solutions, Services, and Support. This procurement is set within the education and public sector industry and will operate under a Neutral Vendor Managed Service model. The geographic location for the delivery of services is across the United Kingdom, and the procurement stage is currently in the planning phase. Key dates include an expression of interest deadline on 1 April 2026, an enquiry period ending on 13 March 2026, and the final award period closing on 3 July 2026. The contract is valued at £1 billion, with a service duration from 1 September 2026 to 31 August 2030.

This tender presents significant growth opportunities for businesses involved in ICT services, including providers of end-user devices, networking, cloud solutions, cybersecurity, and managed services. Companies that are capable of delivering comprehensive and integrated IT solutions, and who can manage subcontractors effectively to ensure competitive pricing and high-quality service delivery, will find this framework particularly beneficial. With the framework being open to all public sector contracting authorities, it is suitable for businesses aiming to engage not only with educational institutions but also a broader range of public sector bodies, fostering broad exposure and potential long-term partnerships.

How relevant is this notice?

Notice Information

Notice Title

Framework Agreement for ICT Products, Solutions, Services and Support

Notice Description

Nexus Multi Academy Trust (Nexus) is seeking to establish a framework for the provision of ICT products, solutions, services and associated support, delivered through a Neutral Vendor Managed Service model. Nexus are a CIPS Procurement Excellence Programme accredited Multi Academy Trust (supported through the DfE ESCC/TALI initiative) and a partner of the Positive Change Alliance (PCA), which comprises 10 multi academy trusts with in excess of 100 schools. Nexus have identified the need to continue the provision of a compliant route to market to access a range of ICT Products, Solutions, Services and support to meet the diverse needs of Education and other Public Sector and associated organisations. The Framework will be established directly by Nexus Multi Academy Trust and will be open for use by all public sector contracting authorities, including but not limited to: * Multi-Academy Trusts and Schools * Further and higher education institutions * Local authorities and associated bodies * Other bodies governed by public law While the framework is primarily designed to meet the needs of the education sector, it will be structured to ensure it is accessible and suitable for use across the wider public sector. Proposed scope of the Framework: The Framework is expected to provide a compliant route to market for a broad range of ICT products, solutions and services, which may include (but are not limited to): * End-user devices and peripherals * Networking, infrastructure and connectivity solutions * Cloud and on-premise software and licensing * Cyber security and data protection solutions * Managed ICT services and support * Design, implementation, integration and lifecycle support The Framework will operate using a Neutral Vendor Managed Service model, under which the appointed framework supplier will be responsible for: * Impartially managing and integrating competing sub-contractors and manufacturers * Ensuring customer choice, competition and best value at call-off * Coordinating delivery, maintenance, support and interoperability across ICT categories Further detail on scope will be provided within the UK4 Tender Notice and associated procurement documentation.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05f988
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/084579-2025
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK3 - Planned Procurement Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

30 - Office and computing machinery, equipment and supplies except furniture and software packages

31 - Electrical machinery, apparatus, equipment and consumables; lighting

32 - Radio, television, communication, telecommunication and related equipment

35 - Security, fire-fighting, police and defence equipment

42 - Industrial machinery

48 - Software package and information systems

50 - Repair and maintenance services

51 - Installation services (except software)

64 - Postal and telecommunications services

66 - Financial and insurance services

72 - IT services: consulting, software development, Internet and support

79 - Business services: law, marketing, consulting, recruitment, printing and security

80 - Education and training services


CPV Codes

30000000 - Office and computing machinery, equipment and supplies except furniture and software packages

31000000 - Electrical machinery, apparatus, equipment and consumables; lighting

32000000 - Radio, television, communication, telecommunication and related equipment

35261000 - Information panels

42960000 - Command and control system, printing, graphics, office automation and information-processing equipment

48000000 - Software package and information systems

50000000 - Repair and maintenance services

51000000 - Installation services (except software)

64000000 - Postal and telecommunications services

66000000 - Financial and insurance services

72000000 - IT services: consulting, software development, Internet and support

79000000 - Business services: law, marketing, consulting, recruitment, printing and security

80000000 - Education and training services

Notice Value(s)

Tender Value
£1,000,000,000 £1B-£10B
Lots Value
£1,000,000,000 £1B-£10B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Dec 20251 weeks ago
Submission Deadline
13 Mar 20263 months to go
Future Notice Date
2 Mar 20263 months to go
Award Date
Not specified
Contract Period
31 Aug 2026 - 31 Aug 2030 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
NEXUS MULTI ACADEMY TRUST
Contact Name
Not specified
Contact Email
commercial@nexusmat.org
Contact Phone
Not specified

Buyer Location

Locality
ROTHERHAM
Postcode
S66 8AZ
Post Town
Sheffield
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE3 South Yorkshire
Small Region (ITL 3)
TLE34 Rotherham
Delivery Location
Not specified

Local Authority
Rotherham
Electoral Ward
Hellaby & Maltby West
Westminster Constituency
Rother Valley

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05f988-2025-12-18T16:06:36Z",
    "date": "2025-12-18T16:06:36Z",
    "ocid": "ocds-h6vhtk-05f988",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "084549-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/084549-2025",
                "datePublished": "2025-12-18T15:44:10Z",
                "format": "text/html"
            },
            {
                "id": "084579-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/084579-2025",
                "datePublished": "2025-12-18T16:06:36Z",
                "format": "text/html"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-COH-10075893",
            "name": "NEXUS MULTI ACADEMY TRUST",
            "identifier": {
                "scheme": "GB-COH",
                "id": "10075893"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PTTP-6394-HXPP"
                }
            ],
            "address": {
                "streetAddress": "Hilltop School Larch Road",
                "locality": "Rotherham",
                "postalCode": "S66 8AZ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE31"
            },
            "contactPoint": {
                "email": "commercial@nexusmat.org"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-10075893",
        "name": "NEXUS MULTI ACADEMY TRUST"
    },
    "tender": {
        "id": "ocds-h6vhtk-05f988",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Framework Agreement for ICT Products, Solutions, Services and Support",
        "description": "Nexus Multi Academy Trust (Nexus) is seeking to establish a framework for the provision of ICT products, solutions, services and associated support, delivered through a Neutral Vendor Managed Service model. Nexus are a CIPS Procurement Excellence Programme accredited Multi Academy Trust (supported through the DfE ESCC/TALI initiative) and a partner of the Positive Change Alliance (PCA), which comprises 10 multi academy trusts with in excess of 100 schools. Nexus have identified the need to continue the provision of a compliant route to market to access a range of ICT Products, Solutions, Services and support to meet the diverse needs of Education and other Public Sector and associated organisations. The Framework will be established directly by Nexus Multi Academy Trust and will be open for use by all public sector contracting authorities, including but not limited to: * Multi-Academy Trusts and Schools * Further and higher education institutions * Local authorities and associated bodies * Other bodies governed by public law While the framework is primarily designed to meet the needs of the education sector, it will be structured to ensure it is accessible and suitable for use across the wider public sector. Proposed scope of the Framework: The Framework is expected to provide a compliant route to market for a broad range of ICT products, solutions and services, which may include (but are not limited to): * End-user devices and peripherals * Networking, infrastructure and connectivity solutions * Cloud and on-premise software and licensing * Cyber security and data protection solutions * Managed ICT services and support * Design, implementation, integration and lifecycle support The Framework will operate using a Neutral Vendor Managed Service model, under which the appointed framework supplier will be responsible for: * Impartially managing and integrating competing sub-contractors and manufacturers * Ensuring customer choice, competition and best value at call-off * Coordinating delivery, maintenance, support and interoperability across ICT categories Further detail on scope will be provided within the UK4 Tender Notice and associated procurement documentation.",
        "status": "planned",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30000000",
                        "description": "Office and computing machinery, equipment and supplies except furniture and software packages"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35261000",
                        "description": "Information panels"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42960000",
                        "description": "Command and control system, printing, graphics, office automation and information-processing equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51000000",
                        "description": "Installation services (except software)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64000000",
                        "description": "Postal and telecommunications services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66000000",
                        "description": "Financial and insurance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 1000000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1,
                "type": "open"
            }
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-04-01T23:59:00+01:00",
        "enquiryPeriod": {
            "endDate": "2026-03-13T23:59:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-07-03T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "planned",
                "value": {
                    "amountGross": 1000000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2030-08-31T23:59:59+01:00"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-03-02T23:59:59Z"
        },
        "amendments": [
            {
                "id": "084579-2025",
                "description": "Change to amend the estimated contract end date due to initial error."
            }
        ]
    },
    "language": "en"
}