{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05f988-2026-03-31T14:45:34+01:00",
    "date": "2026-03-31T14:45:34+01:00",
    "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"
            },
            {
                "id": "001155-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/001155-2026",
                "datePublished": "2026-01-07T15:23:41Z",
                "format": "text/html"
            },
            {
                "id": "002028-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/002028-2026",
                "datePublished": "2026-01-09T16:25:46Z",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Nexus Multi Academy Trust 300 Meadowhall Way Sheffield S9 1EA commercial@nexusmat.org 19th January 2026 - 10:00am Purpose of Engagement: This pre-market engagement event is being conducted under the Procurement Act 2023 for information purposes only. It aims to help us better understand the market, test initial thinking, and inform the development of our future procurement strategy and requirements. Nature of Engagement: This is not a procurement competition. No tender or award process is being run at this stage. Participation in any pre-market engagement activity or attendance at any pre-market engagement events does not confer any advantage or disadvantage in any future procurement process and does not form part of any evaluation. Nexus MAT reserves the right to amend or cancel this engagement at any time without notice. Indicative Future Approach: Our current intention is to use the Competitive Flexible Procedure under the Procurement Act 2023. We are considering a multi-stage approach, which may include stages such as selection, dialogue or refinement, and final tender submission. This indication is non- binding and subject to change. The final design of any future procurement process will be set out in formal procurement documentation if and when published. Information Sharing and Fairness: All information shared during this engagement event will be high-level and may include confidential information. Participants must not disclose commercially sensitive or confidential information where it has been indicated as such. Key themes and insights will be recorded, and a summary may be shared with the wider market to ensure transparency. Individual supplier comments will not be attributed. Nexus MAT is committed to equal treatment and transparency throughout this process. Next Steps: Please confirm your attendance at this initial pre-market engagement event by emailing commercial@nexusmat.org no later than 12:00pm on Thursday 15th January 2026. This session is limited to 2 attendees per organisation. Questions relating to any future procurement process will be addressed through formal procurement documentation once published. By participating, suppliers acknowledge and accept these conditions. This is an in-person event only. Dependent on uptake we may also do a further online session however this is not guaranteed. For the avoidance of doubt, and in accordance with the Planned Procurement Notice, this Preliminary Market Engagement (PME) event is aimed primarily at organisations that may be interested in bidding to act as an independent, neutral operator of the proposed framework on behalf of Nexus Multi Academy Trust. The planned PME event, and the subsequent procurement procedure, will be less directly relevant to organisations that are interested solely in becoming approved providers to the framework once it has been established. While all organisations are welcome to engage in the PME event, those whose interest is limited to supplying ICT goods and/or services through the framework once operational, and under the management of a neutral operator appointed through this competition, may prefer to wait until the framework is live and the relevant supplier approval and onboarding processes are in place.",
                "dueDate": "2026-01-19T23:59:59Z",
                "status": "scheduled"
            }
        ]
    },
    "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": "withdrawn",
        "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"
                    },
                    {
                        "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": "withdrawn",
                "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."
            },
            {
                "id": "002028-2026",
                "description": "Update to the engagement process description."
            }
        ],
        "documents": [
            {
                "id": "029787-2026",
                "documentType": "tenderCancellationNotice",
                "noticeType": "UK12",
                "description": "Procurement termination notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/029787-2026",
                "datePublished": "2026-03-31T14:45:34+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en",
    "awards": [
        {
            "id": "1",
            "status": "cancelled",
            "statusDetails": "Nexus Multi Academy Trust has taken the decision to discontinue the current procurement process prior to the publication of a Tender Notice. This decision follows the completion of preliminary market engagement activities and further internal review of the Authority's requirements and proposed delivery model. At the outset of the procurement, the Authority indicated an intention to establish a single supplier framework operating on a neutral vendor basis. However, through engagement with the market and subsequent internal analysis, it became clear that this model may not optimally support the Authority's objectives. As a result, the Authority is considering alternative approaches to market, which would represent a material change to the original procurement design and structure. In light of this, the Authority considers it appropriate and proportionate, in accordance with the principles of transparency and equal treatment under the Procurement Act 2023, to formally terminate the current procurement process and, if proceeding, initiate a new procurement under a revised model. This approach ensures that all potential suppliers are afforded a fair and equal opportunity to participate in any future procurement process based on a clear and consistent set of requirements.",
            "finalStatusDate": "2026-03-31T00:00:00+01:00",
            "relatedLots": [
                "1"
            ]
        }
    ]
}