Opportunity

National Framework for ICT Solutions 2024

  • Red Kite Learning Trust

F02: Contract notice

Notice reference: 2024/S 000-000010

Published 2 January 2024, 9:21am



Section one: Contracting authority

one.1) Name and addresses

Red Kite Learning Trust

Red Kite Office, Panal Ash Road,

Harrogate

HG2 9PH

Contact

Tenders

Email

tenders@pagabo.co.uk

Country

United Kingdom

NUTS code

UKE22 - North Yorkshire CC

National registration number

07523507

Internet address(es)

Main address

www.rklt.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/pagabo/aspx/ProjectManage/1269

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/pagabo/aspx/ProjectManage/1269

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://in-tendhost.co.uk/pagabo/aspx/ProjectManage/1269

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

National Framework for ICT Solutions 2024

Reference number

AVP-RKLT-2010

two.1.2) Main CPV code

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

two.1.3) Type of contract

Supplies

two.1.4) Short description

Added Value Portal t/a Pagabo, acting on behalf of Red Kite Learning Trust, wish to establish a national framework of Providers of for a range of IT based solutions. The Framework Agreement will be established for a period of 3 years, with the option to extend for a further period of 12 months. The framework will be split in to 15 separate lots, each with 7 regional areas, giving 105 sub-lots, which will operate with a maximum of 9 Suppliers per sub-lot. This framework agreement is being advertised and tendered, so it can be utilised by all Public-sector bodies, including Charities in the UK (the full list is available in the tender synopsis on the In-Tend portal — https://in-tendhost.co.uk/pagabo/aspx/ProjectManage/1269). The framework shall have the facility for Clients to Direct Award and Further Compete their requirement s. The procurement will be a single stage process following the Public Contract Regulations 2015 open procedure.

two.1.5) Estimated total value

Value excluding VAT: £55,250,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Network Solutions

Lot No

1

two.2.2) Additional CPV code(s)

  • 32400000 - Networks
  • 48820000 - Servers
  • 32546000 - Digital switching equipment
  • 32510000 - Wireless telecommunications system

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will cover but is not limited to network audits, design and installation. Also including related hardware.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Cloud VoIP

Lot No

2

two.2.2) Additional CPV code(s)

  • 32500000 - Telecommunications equipment and supplies
  • 32550000 - Telephone equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will cover but is not limited to installation, cloud-based solutions, handsets, software and removal/recycle of VoIP solutions.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

1-2-1 Learning Solutions - iOS

Lot No

3

two.2.2) Additional CPV code(s)

  • 30213200 - Tablet computer

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will cover but is not limited to iOS based laptops, tablets, and associated accessories to support the provision of a 1-2-1 device solution.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £26,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

1-2-1 Learning Solutions – Windows OS

Lot No

4

two.2.2) Additional CPV code(s)

  • 30213200 - Tablet computer

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will cover but is not limited to Windows OS based laptops, tablets, and associated accessories support the provision of a 1-2-1 device solution.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £8,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

1-2-1 Learning Solutions – Chrome OS

Lot No

5

two.2.2) Additional CPV code(s)

  • 30213200 - Tablet computer

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will cover but is not limited to Chrome OS based laptops, tablets, and associated accessories to support the provision of a 1-2-1 device solution.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £8,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Parent Payment Software

Lot No

6

two.2.2) Additional CPV code(s)

  • 48442000 - Financial systems software package
  • 48190000 - Educational software package

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will cover but is not limited to parent payment software used in an education setting.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £250,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Mobile Device Management (MDM) Software – Apple Devices

Lot No

7

two.2.2) Additional CPV code(s)

  • 48780000 - System, storage and content management software package
  • 48517000 - IT software package
  • 48190000 - Educational software package

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will cover the provision of MDM software for Apple devices.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Mobile Device Management (MDM) Software – Windows Devices

Lot No

8

two.2.2) Additional CPV code(s)

  • 48517000 - IT software package
  • 48780000 - System, storage and content management software package
  • 48190000 - Educational software package

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will cover the provision of MDM software for Windows devices

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £750,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Mobile Device Management (MDM) Software – Android & Chrome Devices

Lot No

9

two.2.2) Additional CPV code(s)

  • 48517000 - IT software package
  • 48780000 - System, storage and content management software package
  • 48190000 - Educational software package

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will cover the provision of MDM software for Android and Chrome devices

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £750,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Mobile Device Management (MDM) Software – Multi OS

Lot No

10

two.2.2) Additional CPV code(s)

  • 48517000 - IT software package
  • 48780000 - System, storage and content management software package
  • 48190000 - Educational software package

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will cover the provision of MDM software that is able to handle at least two differing OSs

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Register/Visitor Software

Lot No

11

two.2.2) Additional CPV code(s)

  • 48517000 - IT software package
  • 48190000 - Educational software package

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will cover but is not limited to software for signing in/out for staff, pupils and visitors.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £750,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Website Design Services

Lot No

12

two.2.2) Additional CPV code(s)

  • 72413000 - World wide web (www) site design services
  • 72415000 - World wide web (www) site operation host services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will cover but is not limited to website design and build, hosting, managed services.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £750,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Cloud Services

Lot No

13

two.2.2) Additional CPV code(s)

  • 72317000 - Data storage services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will cover but is not limited to the provision of Cloud tenancy solutions

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £750,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Broadband Solutions

Lot No

14

two.2.2) Additional CPV code(s)

  • 32412100 - Telecommunications network
  • 32524000 - Telecommunications system
  • 64200000 - Telecommunications services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will cover but is not limited to ISP provision, software, filtering, firewalls

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £750,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Managed Services

Lot No

15

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will cover but is not limited to support contracts, help desks, cloud services.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 30

In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

2 February 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

2 February 2024

Local time

12:10pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Added Value Portal t/a Pagabo, acting on behalf of Red Kite Learning Trust, wish to establish a national framework of Providers of for a range of IT based solutions. The framework will cover but will not be limited to the provision of 1-2-1 learning solutions, IT network solutions, Cloud VoIP, Broadband, and managed IT services. The Framework Agreement will be established for a period of 3 years, with the option to extend for up to a further period of 12 months. The framework will be split in to 15 separate lots, with 7 regional areas, giving 105 sub-lots, which will operate with a maximum of 9 Suppliers per sub-lot. This framework agreement is being advertised and tendered, so it can be utilised by all Public-sector bodies, including Charities in the UK (the full list is available in the tender synopsis on the In-Tend portal — https://in-tendhost.co.uk/pagabo/aspx/ProjectManage/1269). The framework shall have the facility for Clients to Direct Award and Further Compete their requirements. The procurement will be a single stage process following the Public Contract Regulations 2015 open procedure.The ITT documents can only be accessed when logged into in-tend. If you are an existing supplier, please log into the system. If you are a new supplier, please make sure you register your company as an initial step on the in-tend website.— select the tab ‘Tenders’ then select ‘Current’,— search for the reference number on the left-hand side of the page and press enter. The tender advert will now be visible. To view the ITT documents,— click ‘View Details’,— this will take you to a new screen, please click ‘Express Interest’. Once in the tender there are 5 tabs; ‘Tender’, ‘ITT -documents’, ‘Correspondence’, ‘Clarifications’ and ‘History’.— select the second tab (ITT docs) where you will find useful information under ‘Tender Details’,— continue to scroll down to the heading ‘Tender Documents Received’ where you will be able to view/download the documents. Opting In and out: please note you are required to ‘Opt In’ before you can access the ‘My Tender Return’ to start populating your response. The ‘Opt Out’ functionality will also be available throughout the duration of the tender process. Opting out will give you the option of declaring that you no longer wish to receive any further communication in relation to this tender along with the opportunity of providing feedback and comments for this decision. You may amend your decision to ‘Opt In or Out’ at any time during the tender process. This procurement will be evaluated in accordance with the process set out in the bid pack documentation. Pagabo, on behalf of the contracting authority reserves the right to run all stages of the procurement concurrently. Pagabo, on behalf of the contracting authority reserves the right:(i) not to award any framework agreement, as a result of the procurement process, commenced by publication of this notice;(ii) in the event that there is a substantive challenge to the procurement, and such challenge is confined to a single lot, Pagabo, on behalf of the contracting authority, reserves the right to the extent that it is lawful to do so to conclude a framework agreement with the successful bidder(s) in respect of the lot(s) that have not been challenged; and (iii) make whatever changes it may see fit to the content and structure of the tendering competition. In nocircumstances will Pagabo or the contracting authority be liable for any costs incurred by the bidders.

six.4) Procedures for review

six.4.1) Review body

The High Court of England and Wales

7 Rolls Building, Fetter Lane,

London

EC4A 1NL

Email

comct.issue1@justice.gov.uk

Telephone

+44 2079477783

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/business-and-property-courts/commercial-court/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

As set out in the Public Contracts Directive 2014/24/EU