Tender

IT Support services

CONSORTIUM TRUST

This public procurement record has 1 release in its history.

Tender

30 Jan 2026 at 08:48

Summary of the contracting process

The Consortium Trust, a sub-central government public authority located in Suffolk and Norfolk, is seeking proposals for comprehensive IT Support Services. The tender, titled "IT Support Services," is inviting qualified IT service providers to participate in an open competition. With a procurement stage of tender, key dates include a proposal submission deadline on 31st March 2026 and an award notification on 15th May 2026. The contract period will commence on 1st September 2026 and is set to run for three years, with a potential one-year renewal. This procurement is classified under services and additional works categories, with a focus on hardware consultancy and system support services. Estimated contract value is £225,000, gross amounting to £270,000.

This tender presents a significant opportunity for IT service providers, particularly those with a presence in Suffolk or Norfolk, to secure a contract supporting a multi-academy trust's IT operations. Businesses equipped to deliver services such as helpdesk support, infrastructure management, and cybersecurity measures are well-suited for this contract. The emphasis on safeguarding compliance and responsiveness in service delivery necessitates the engagement of providers experienced in educational settings with certifications like ISO 27001 or ITIL. The evaluation process favours technical capability, relevant experience, and cost-effectiveness, providing a platform for established firms to showcase their comprehensive IT solutions and grow their business through a strategic partnership with the Consortium Trust.

How relevant is this notice?

Notice Information

Notice Title

IT Support services

Notice Description

IT Support Services Tender Document (RFP) 1. Introduction This Request for Proposal (RFP) invites qualified IT service providers to submit proposals for the provision of comprehensive IT Support Services for Consortium Trust. The objective is to appoint a reliable partner to ensure secure, efficient, and continuous IT operations in alignment with the Trust's statutory duties, governance framework, and responsibilities to its academies, pupils, and staff. 2. Organization Overview * Organisation Name: Consortium Trust * Legal Status: Multi-Academy Trust (MAT) * Governance Structure: Board of Trustees, Accounting Officer, and Executive Leadership Team * Industry / Purpose: Education * Location(s): Suffolk and Norfolk (see list at the end of this document) * Number of Settings: 12 Primary schools, 2 Special schools, 1 private nursery plus the Central Office * Current IT Environment Summary: Microsoft 365 and multiple cloud-based systems. Only two schools have servers which are being phased out. 3. Scope of Services The selected provider will be responsible for providing the following services in a manner that supports the Trust's governance requirements, Department for Education (DfE) accountability standards, and a multi-academy operating environment. Current provision consists of an annual bank of hours used remotely or onsite as required. 3.1 Helpdesk & User Support * Year round technical support * Year round remote and on-site support * Incident and service request management * Defined response and resolution times 3.2 Infrastructure & Systems Support * Server (physical/virtual) management (only two being phased out) * Network monitoring and maintenance * Backup and disaster recovery planning and support * Cloud services support (e.g., Microsoft 365) * Ad-hoc advice, planning and installation of capital projects (to be invoiced separately) * On-going support to integrate external applications 3.3 Endpoint & Device Management * Desktop, laptop, and mobile device support * Operating system and software installation * Patch management and updates 3.4 Cybersecurity Services * Antivirus and endpoint protection * Firewall and network security management * Security monitoring and incident response * User security awareness support 3.5 Maintenance & Preventive Services * Proactive monitoring * Scheduled maintenance * Performance optimization 4. Service Levels (SLAs) Providers must propose SLAs that reflect the Trust's operational criticality, governance oversight, safeguarding responsibilities, and duty of care across all academies, including but not limited to: * Response times by incident severity level * Resolution targets * Availability and uptime commitments * Escalation procedures, including reporting to Trust management where material service failures occur 4A. Safeguarding & KCSIE Compliance The Consortium Trust places the highest priority on safeguarding and the welfare of children. Providers must demonstrate full compliance with safeguarding legislation and statutory guidance applicable to UK education settings, including Keeping Children Safe in Education (KCSIE). Providers are required to: * Confirm awareness of and compliance with the latest version of Keeping Children Safe in Education (KCSIE) and related statutory safeguarding guidance * Ensure all staff assigned to Trust settings (including on-site and remote support staff) have appropriate DBS checks in place, proportionate to their role and access level. Staff working onsite at Riverwalk and Warren schools will need DBS checks to Enhanced Adult level due to the age of some pupils in these sites. * Maintain clear policies and procedures for safeguarding, child protection, and safer working practices * Ensure staff receive regular safeguarding awareness training, including recognising and reporting safeguarding concerns * Immediately report any safeguarding concern, allegation, or incident to the Trust's designated safeguarding leads in accordance with Trust procedures * Ensure IT systems, monitoring tools, and content filtering solutions support the Trust's safeguarding obligations, including: o Appropriate content filtering and monitoring in line with KCSIE expectations o Secure management of user access, permissions, and audit logs o Protection of pupil data and online safety Failure to meet safeguarding and KCSIE compliance requirements may result in disqualification from the tender process or termination of contract. A letter of assurance will be required at the start of the contract and updated annually. 5. Provider Qualifications Providers should provide details of: * Company profile and years in operation * Relevant certifications (e.g., ISO 27001, ITIL, Microsoft Partner) * Experience with similar organizations * Key personnel and roles * Client references (minimum 2) 6. Proposal Requirements Proposals should include: 1. Executive summary 2. Understanding of requirements 3. Detailed service delivery approach 4. SLA proposal 5. Security and compliance approach 6. Pricing structure 7. Assumptions and exclusions 8. Value-added services 7. Pricing & Commercials Provide a clear pricing model, including: * Monthly/annual support fees * Per-user or per-device costs * On-site support rates (if applicable) * One-time setup or transition costs 8. Contract Terms * Contract duration: 3 years subject to approval by the Trust's Board of Trustees commencing on 1st September 2026 * Renewal terms, subject to performance review and trustee approval * Termination clauses, including termination for breach of fiduciary or confidentiality obligations * Confidentiality, data protection, and compliance with applicable UK education regulations, safeguarding requirements, and UK GDPR * Intellectual property, ensuring the Trust retains ownership of its data and systems 9. Evaluation Criteria Proposals will be evaluated based on: * Technical capability and approach * Relevant experience * SLA robustness * Cost-effectiveness * References and past performance * Shortlisted providers may be invited to interview 10. RFP Timeline * RFP Issue Date: 30th January 2026 * Clarification Deadline: Midday 27th February 2026 * Proposal Submission Deadline: 5pm on 31st March 2026 * Evaluation Period: 1st to 30th April 2026 * Interviews (if required) : week commencing 20th April 2026 * Approval by Trustees: 14th May 2026 * Award Notification: 15th May 2026 11. Submission Instructions Proposals must be submitted: * Format: PDF / Word * Method: email to l.jones@consortiumtrust.org.uk * Contact Person: Lisa Jones - Director of Finance and Resources. 01473 355537 Late submissions will not be considered. 12. Terms & Conditions * Consortium Trust, acting through its duly authorised Trustees, Accounting Officer, or delegated officers, reserves the right to accept or reject any proposal, in whole or in part. * The Trust may request additional information or clarification from providers as part of its due diligence process. * Costs incurred in proposal preparation are the provider's responsibility. * This RFP does not constitute a contract, fiduciary relationship, or commitment on the part of the Trust until formally approved and executed in accordance with the Trust's governance procedures. ________________________________________ Authorized by: Name: Lisa Jones Title: Director of Finance and Resources Date: __________________________ Settings included: * Consortium Trust Office, Helmingham School House, School Lane, Helmingham. IP14 6EX * Glebeland Primary School, Beccles Road, Toft Monks. Beccles, NR34 0EW * Barnby & North Cove Primary School, The Street, Barnby, Beccles, NR34 7QB * St Edmund's Primary School (Hoxne), Heckfield Green, Hoxne, IP21 5AD * Mendham Primary School, Mendham, IP20 0NJ * Henley Primary School, Ashbocking Road, Henley, IP6 0QX * Helmingham Primary School, School Road, Helmingham, IP14 6EX * Rendlesham Primary School, Sycamore Drive, Rendlesham, IP12 2GF * Winterton Primary School, Black Street, Winterton-on-Sea, NR29 4AP * Middleton Primary School, 1 Rectory Road, Middleton, IP17 3NR * Southwold Primary School, Cumberland Road, Southwold, IP18 6JP * Yoxford & Peasenhall Primary School, High Street, Yoxford, IP17 3EU * Kirkley Nursery, Kirkley Children's Centre, Kirkley Street, Lowestoft, NR33 0LU * Reedham Primary School, School Hill, Reedham, Norwich. NR13 3TJ * Riverwalk School, Riverwalk Campus, Mayfield Road, Bury St Edmunds. IP33 2PD * Warren School, Clarkes Lane, Lowestoft. NR33 8HT

Lot Information

Lot 1

Renewal: Potential for contract award to be 3 years plus 1 year

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-06128b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/008290-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Below threshold - open competition
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72100000 - Hardware consultancy services

72222000 - Information systems or technology strategic review and planning services

72223000 - Information technology requirements review services

72250000 - System and support services

Notice Value(s)

Tender Value
£225,000 £100K-£500K
Lots Value
£225,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
30 Jan 20261 weeks ago
Submission Deadline
31 Mar 20262 months to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Aug 2026 - 31 Aug 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
CONSORTIUM TRUST
Contact Name
Lisa Jones
Contact Email
l.jones@consortiumtrust.org.uk
Contact Phone
01473 355537

Buyer Location

Locality
HELMINGHAM
Postcode
IP14 6EX
Post Town
Ipswich
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH6 Suffolk
Small Region (ITL 3)
TLH61 Babergh and Mid Suffolk
Delivery Location
TLH East (England)

Local Authority
Mid Suffolk
Electoral Ward
Stonham
Westminster Constituency
Central Suffolk and North Ipswich

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-06128b-2026-01-30T08:48:59Z",
    "date": "2026-01-30T08:48:59Z",
    "ocid": "ocds-h6vhtk-06128b",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-10255142",
            "name": "CONSORTIUM TRUST",
            "identifier": {
                "scheme": "GB-COH",
                "id": "10255142"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PNBN-5791-QVMQ"
                }
            ],
            "address": {
                "streetAddress": "Helmingham School House",
                "locality": "Helmingham",
                "postalCode": "IP14 6EX",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH14"
            },
            "contactPoint": {
                "name": "Lisa Jones",
                "email": "l.jones@consortiumtrust.org.uk",
                "telephone": "01473 355537"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.consortiumtrust.org",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-10255142",
        "name": "CONSORTIUM TRUST"
    },
    "tender": {
        "id": "ocds-h6vhtk-06128b",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "IT Support services",
        "description": "IT Support Services Tender Document (RFP) 1. Introduction This Request for Proposal (RFP) invites qualified IT service providers to submit proposals for the provision of comprehensive IT Support Services for Consortium Trust. The objective is to appoint a reliable partner to ensure secure, efficient, and continuous IT operations in alignment with the Trust's statutory duties, governance framework, and responsibilities to its academies, pupils, and staff. 2. Organization Overview * Organisation Name: Consortium Trust * Legal Status: Multi-Academy Trust (MAT) * Governance Structure: Board of Trustees, Accounting Officer, and Executive Leadership Team * Industry / Purpose: Education * Location(s): Suffolk and Norfolk (see list at the end of this document) * Number of Settings: 12 Primary schools, 2 Special schools, 1 private nursery plus the Central Office * Current IT Environment Summary: Microsoft 365 and multiple cloud-based systems. Only two schools have servers which are being phased out. 3. Scope of Services The selected provider will be responsible for providing the following services in a manner that supports the Trust's governance requirements, Department for Education (DfE) accountability standards, and a multi-academy operating environment. Current provision consists of an annual bank of hours used remotely or onsite as required. 3.1 Helpdesk & User Support * Year round technical support * Year round remote and on-site support * Incident and service request management * Defined response and resolution times 3.2 Infrastructure & Systems Support * Server (physical/virtual) management (only two being phased out) * Network monitoring and maintenance * Backup and disaster recovery planning and support * Cloud services support (e.g., Microsoft 365) * Ad-hoc advice, planning and installation of capital projects (to be invoiced separately) * On-going support to integrate external applications 3.3 Endpoint & Device Management * Desktop, laptop, and mobile device support * Operating system and software installation * Patch management and updates 3.4 Cybersecurity Services * Antivirus and endpoint protection * Firewall and network security management * Security monitoring and incident response * User security awareness support 3.5 Maintenance & Preventive Services * Proactive monitoring * Scheduled maintenance * Performance optimization 4. Service Levels (SLAs) Providers must propose SLAs that reflect the Trust's operational criticality, governance oversight, safeguarding responsibilities, and duty of care across all academies, including but not limited to: * Response times by incident severity level * Resolution targets * Availability and uptime commitments * Escalation procedures, including reporting to Trust management where material service failures occur 4A. Safeguarding & KCSIE Compliance The Consortium Trust places the highest priority on safeguarding and the welfare of children. Providers must demonstrate full compliance with safeguarding legislation and statutory guidance applicable to UK education settings, including Keeping Children Safe in Education (KCSIE). Providers are required to: * Confirm awareness of and compliance with the latest version of Keeping Children Safe in Education (KCSIE) and related statutory safeguarding guidance * Ensure all staff assigned to Trust settings (including on-site and remote support staff) have appropriate DBS checks in place, proportionate to their role and access level. Staff working onsite at Riverwalk and Warren schools will need DBS checks to Enhanced Adult level due to the age of some pupils in these sites. * Maintain clear policies and procedures for safeguarding, child protection, and safer working practices * Ensure staff receive regular safeguarding awareness training, including recognising and reporting safeguarding concerns * Immediately report any safeguarding concern, allegation, or incident to the Trust's designated safeguarding leads in accordance with Trust procedures * Ensure IT systems, monitoring tools, and content filtering solutions support the Trust's safeguarding obligations, including: o Appropriate content filtering and monitoring in line with KCSIE expectations o Secure management of user access, permissions, and audit logs o Protection of pupil data and online safety Failure to meet safeguarding and KCSIE compliance requirements may result in disqualification from the tender process or termination of contract. A letter of assurance will be required at the start of the contract and updated annually. 5. Provider Qualifications Providers should provide details of: * Company profile and years in operation * Relevant certifications (e.g., ISO 27001, ITIL, Microsoft Partner) * Experience with similar organizations * Key personnel and roles * Client references (minimum 2) 6. Proposal Requirements Proposals should include: 1. Executive summary 2. Understanding of requirements 3. Detailed service delivery approach 4. SLA proposal 5. Security and compliance approach 6. Pricing structure 7. Assumptions and exclusions 8. Value-added services 7. Pricing & Commercials Provide a clear pricing model, including: * Monthly/annual support fees * Per-user or per-device costs * On-site support rates (if applicable) * One-time setup or transition costs 8. Contract Terms * Contract duration: 3 years subject to approval by the Trust's Board of Trustees commencing on 1st September 2026 * Renewal terms, subject to performance review and trustee approval * Termination clauses, including termination for breach of fiduciary or confidentiality obligations * Confidentiality, data protection, and compliance with applicable UK education regulations, safeguarding requirements, and UK GDPR * Intellectual property, ensuring the Trust retains ownership of its data and systems 9. Evaluation Criteria Proposals will be evaluated based on: * Technical capability and approach * Relevant experience * SLA robustness * Cost-effectiveness * References and past performance * Shortlisted providers may be invited to interview 10. RFP Timeline * RFP Issue Date: 30th January 2026 * Clarification Deadline: Midday 27th February 2026 * Proposal Submission Deadline: 5pm on 31st March 2026 * Evaluation Period: 1st to 30th April 2026 * Interviews (if required) : week commencing 20th April 2026 * Approval by Trustees: 14th May 2026 * Award Notification: 15th May 2026 11. Submission Instructions Proposals must be submitted: * Format: PDF / Word * Method: email to l.jones@consortiumtrust.org.uk * Contact Person: Lisa Jones - Director of Finance and Resources. 01473 355537 Late submissions will not be considered. 12. Terms & Conditions * Consortium Trust, acting through its duly authorised Trustees, Accounting Officer, or delegated officers, reserves the right to accept or reject any proposal, in whole or in part. * The Trust may request additional information or clarification from providers as part of its due diligence process. * Costs incurred in proposal preparation are the provider's responsibility. * This RFP does not constitute a contract, fiduciary relationship, or commitment on the part of the Trust until formally approved and executed in accordance with the Trust's governance procedures. ________________________________________ Authorized by: Name: Lisa Jones Title: Director of Finance and Resources Date: __________________________ Settings included: * Consortium Trust Office, Helmingham School House, School Lane, Helmingham. IP14 6EX * Glebeland Primary School, Beccles Road, Toft Monks. Beccles, NR34 0EW * Barnby & North Cove Primary School, The Street, Barnby, Beccles, NR34 7QB * St Edmund's Primary School (Hoxne), Heckfield Green, Hoxne, IP21 5AD * Mendham Primary School, Mendham, IP20 0NJ * Henley Primary School, Ashbocking Road, Henley, IP6 0QX * Helmingham Primary School, School Road, Helmingham, IP14 6EX * Rendlesham Primary School, Sycamore Drive, Rendlesham, IP12 2GF * Winterton Primary School, Black Street, Winterton-on-Sea, NR29 4AP * Middleton Primary School, 1 Rectory Road, Middleton, IP17 3NR * Southwold Primary School, Cumberland Road, Southwold, IP18 6JP * Yoxford & Peasenhall Primary School, High Street, Yoxford, IP17 3EU * Kirkley Nursery, Kirkley Children's Centre, Kirkley Street, Lowestoft, NR33 0LU * Reedham Primary School, School Hill, Reedham, Norwich. NR13 3TJ * Riverwalk School, Riverwalk Campus, Mayfield Road, Bury St Edmunds. IP33 2PD * Warren School, Clarkes Lane, Lowestoft. NR33 8HT",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72100000",
                        "description": "Hardware consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72222000",
                        "description": "Information systems or technology strategic review and planning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72223000",
                        "description": "Information technology requirements review services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72250000",
                        "description": "System and support services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 270000,
            "amount": 225000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Below threshold - open competition",
        "mainProcurementCategory": "services",
        "additionalProcurementCategories": [
            "works"
        ],
        "specialRegime": [
            "lightTouch"
        ],
        "aboveThreshold": false,
        "submissionMethodDetails": "tenders can be submitted by email to l.jones@consortiumtrust.org.uk",
        "submissionTerms": {
            "electronicSubmissionPolicy": "notAllowed"
        },
        "tenderPeriod": {
            "endDate": "2026-03-31T17:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-02-27T12:00:00Z"
        },
        "otherRequirements": {
            "reservedParticipationLocation": {
                "gazetteer": {
                    "scheme": "GB-ONS",
                    "identifiers": [
                        "K02000001"
                    ]
                }
            }
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 270000,
                    "amount": 225000,
                    "currency": "GBP"
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Suppliers must be based in Suffolk or Norfolk or be able to provide onsite support to all schools within the Trust and the central trust offices when required"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2029-08-31T23:59:59+01:00",
                    "maxExtentDate": "2030-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Potential for contract award to be 3 years plus 1 year"
                },
                "awardCriteria": {
                    "description": "Proposals will be evaluated based on: * Technical capability and approach * Relevant experience * SLA robustness * Cost-effectiveness * References and past performance * Shortlisted providers may be invited to interview"
                }
            }
        ],
        "documents": [
            {
                "id": "L-1",
                "documentType": "technicalSpecifications",
                "url": "www.consortiumtrust.org"
            },
            {
                "id": "A-11160",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11160",
                "format": "application/pdf"
            },
            {
                "id": "008290-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/008290-2026",
                "datePublished": "2026-01-30T08:48:59Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}