Tender

Provision of ICT Managed Services

EQUALS TRUST

This public procurement record has 1 release in its history.

Tender

16 Mar 2026 at 14:33

Summary of the contracting process

Equals Trust has initiated an open tender process, seeking suppliers to provide ICT Managed Services, focusing on delivering cohesive IT support across its schools in Nottingham, UK. The buyer is a public authority represented by Elizabeth Gregory. This tender, active as of 16 March 2026, falls under the industry category of IT services, and aims to centralise IT management to maximise effectiveness and resource distribution. Key deadlines include the enquiry closing date on 21 April 2026 and tender submission closing on 28 April 2026, with the award period ending on 4 June 2026. Interested firms must adhere to the legal basis outlined in the UK Public General Act 2023/54 and meet specific procurement and submission terms.

This tender presents significant business growth opportunities for IT firms specialising in consulting, software development, and support services. The contract valued at £3,000,000, with options for renewal, requires technical expertise in managed services and involves the centralised handling of IT operations for the Trust's schools. Businesses with a track record in similar educational contracts, possessing necessary insurance and accreditation such as Cyber Essentials or ISO 27001, are encouraged to apply. With a clear focus on quality service delivery and sustainable practice, SMEs have the opportunity to contribute to a robust IT infrastructure that spans multiple school districts, enhancing service delivery while leveraging collaborative and cost-effective IT solutions.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Provision of ICT Managed Services

Notice Description

Equals Trust has issued a tender inviting contractors to provide ICT Managed Services. The aim of the contact is to have a consistent approach to IT support both for the pupils and the staff, moving over to a Trust model approach rolled out to all schools. This enables the Trust to maximise the effectiveness of the equipment and service, as well as helping to share resources and best practise across all sites. The proposed contract will encompass delivering the following services to the Trust which: a. are cost effective and delivers high quality technical support, system management and consultancy b. provides transparent all-inclusive pricing which allows accurate budgeting over the term of the Contract. c. provides a single point of contact for all of the Trust's IT requirements and management of third-party providers. d. moves to a centralised Trust operating model, which has a consistent approach across schools. e. Centralises the management of the Contract at Trust level, rather than on an individual school by school basis.

Lot Information

Lot LOT-0000

Options: For the Trust to encompass any new schools that join the Trust and the procurement of Hardware and any related IT services that will be managed by the Provider on behalf of the Trust.

Renewal: Option of two further, one year extensions

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-066b28
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/023566-2026
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
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

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

72253000 - Helpdesk and support services

72500000 - Computer-related services

72600000 - Computer support and consultancy services

Notice Value(s)

Tender Value
£3,000,000 £1M-£10M
Lots Value
£3,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Mar 20266 days ago
Submission Deadline
28 Apr 20262 months to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
4 Jan 2027 - 3 Jan 2030 3-4 years
Recurrence
2031-03-03

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
EQUALS TRUST
Additional Buyers

PHP LAW LLP

Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
TOTNES
Postcode
TQ9 5RW
Post Town
Torquay
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF1 Derbyshire and Nottinghamshire
Small Region (ITL 3)
TLF16 South Nottinghamshire
Delivery Location
TLF14 Nottingham

Local Authority
Rushcliffe
Electoral Ward
Keyworth & Wolds
Westminster Constituency
Rushcliffe

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-066b28-2026-03-16T14:33:23Z",
    "date": "2026-03-16T14:33:23Z",
    "ocid": "ocds-h6vhtk-066b28",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PPRM-9434-VNYQ",
            "name": "PHP Law LLP",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PPRM-9434-VNYQ"
            },
            "address": {
                "streetAddress": "Unit 3 The Brutus Centre Station Road Totnes",
                "locality": "Totnes",
                "postalCode": "TQ9 5RW",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK43"
            },
            "contactPoint": {
                "name": "James Medforth",
                "email": "james.medforth@phplaw.co.uk",
                "telephone": "+44 01234567890"
            },
            "roles": [
                "procuringEntity",
                "processContactPoint"
            ],
            "roleDetails": "Tender process support"
        },
        {
            "id": "GB-PPON-PPCP-6759-YCGX",
            "name": "Equals Trust",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PPCP-6759-YCGX"
            },
            "address": {
                "streetAddress": "c/o Keyworth Primary & Nursery School, Keyworth",
                "locality": "Nottingham",
                "postalCode": "NG12 5FB",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF16"
            },
            "contactPoint": {
                "name": "Elizabeth Gregory",
                "email": "elizabeth.gregory@equalstrust.org"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PPCP-6759-YCGX",
        "name": "Equals Trust"
    },
    "planning": {
        "noEngagementNoticeRationale": "The Trust did not carry out preliminary market engagement (PME) prior to tender publication to prepare for this procurement. Tenderers shall be aware that under the Act, the Trust is not obligated to carry out PME. The justification is that the requirements are not complex, or niche and the Contracting Authority already has an understanding of what they want the service to deliver and the market is known."
    },
    "tender": {
        "id": "ET01.17",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Provision of ICT Managed Services",
        "description": "Equals Trust has issued a tender inviting contractors to provide ICT Managed Services. The aim of the contact is to have a consistent approach to IT support both for the pupils and the staff, moving over to a Trust model approach rolled out to all schools. This enables the Trust to maximise the effectiveness of the equipment and service, as well as helping to share resources and best practise across all sites. The proposed contract will encompass delivering the following services to the Trust which: a. are cost effective and delivers high quality technical support, system management and consultancy b. provides transparent all-inclusive pricing which allows accurate budgeting over the term of the Contract. c. provides a single point of contact for all of the Trust's IT requirements and management of third-party providers. d. moves to a centralised Trust operating model, which has a consistent approach across schools. e. Centralises the management of the Contract at Trust level, rather than on an individual school by school basis.",
        "status": "active",
        "items": [
            {
                "id": "LOT-0000",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72253000",
                        "description": "Helpdesk and support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72500000",
                        "description": "Computer-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72600000",
                        "description": "Computer support and consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF14",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "LOT-0000"
            }
        ],
        "value": {
            "amountGross": 3600000,
            "amount": 3000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "additionalProcurementCategories": [
            "goods"
        ],
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=103569&TID100108762&B=",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-04-28T11:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-04-21T11:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-06-04T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "LOT-0000",
                "status": "active",
                "value": {
                    "amountGross": 3600000,
                    "amount": 3000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Service Delivery & Technical Support",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Support Structure & Service Level",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Asset & Software Management",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Hardware Procurement & Replacement",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Collaboration, Communication & Reporting",
                            "numbers": [
                                {
                                    "number": 7.5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Staff, Safeguarding & Compliance",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Sustainability & Value for Money",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Risk Management & Mobilisation",
                            "numbers": [
                                {
                                    "number": 7.5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Pricing Approach",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 35,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please confirm whether you already have, or can commit to obtain, prior to the award of the contract, the levels of insurance cover indicated below: * Employer's (Compulsory) Liability Insurance* = PS5m * Public Liability Insurance = PS5m * Professional Indemnity Insurance = PS1m * Cyber Liability Insurance = PS1m"
                        },
                        {
                            "type": "technical",
                            "description": "Relevant experience and contract examples: Provide details of up to three contracts to meet conditions of participation relating to technical ability set out in the relevant notice or procurement documents, in any combination from the education sector. To constitute a pass, at least one contract example provided shall be relevant to the requirement, with a sufficient level of detail that provides confidence in the Tenderer's established past experience in similar and relevant projects/contracts. Required to have: * Cyber Essentials and/or ISO 27001 Accreditations or Competencies can be equivalents and can be confirmed will be in place in time for the start of the Contract."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-01-04T00:00:00Z",
                    "endDate": "2030-01-03T23:59:59Z",
                    "maxExtentDate": "2032-01-03T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option of two further, one year extensions"
                },
                "hasOptions": true,
                "options": {
                    "description": "For the Trust to encompass any new schools that join the Trust and the procurement of Hardware and any related IT services that will be managed by the Provider on behalf of the Trust."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "023566-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/023566-2026",
                "datePublished": "2026-03-16T14:33:23Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2031-03-03T23:59:59Z"
                }
            ]
        },
        "contractTerms": {
            "financialTerms": "The Contractor shall operate the Service efficiently and provide a commercial solution that offers best value to the Trust, proactively assessing where efficiencies can be made and discussing these and their cost benefits with the Trust. Invoicing will be monthly, in arrears from the end of the previous month. Where, during a monthly period, it has been identified, and agreed, that adjustments are required (in respect of service credits, additional works, errors or omissions), these will be taken account of within the invoice for the following month. The Contractor shall be aware of the following: a. The contract is a fixed price for the price per visit and therefore annual inflation must be built into the costs. b. No other pricing variance can be incorporated into the pricing for any year of the contract, including extensions."
        },
        "riskDetails": "Service outages disrupting teaching, safeguarding and exams Cyber security & data protection breaches involving pupil and staff data Safeguarding failures due to ineffective filtering or monitoring Over-reliance on a single supplier, creating exit or resilience issues Poor change management causing disruption during school hours Insufficient skills or capacity from the provider Cost escalation or poor value for money over the contract term Non-compliance with GDPR, FOIA and education regulations"
    },
    "language": "en"
}