Opportunity

Learning Academy Partnership - Communications & Online security Procurement

  • Learning Academy Partnership (South West)

F02: Contract notice

Notice reference: 2021/S 000-000915

Published 15 January 2021, 7:56pm



Section one: Contracting authority

one.1) Name and addresses

Learning Academy Partnership (South West)

Newton Abbott

TQ12 3SB

Contact

Karen Barnett

Email

kbarnett@lapsw.org

Country

United Kingdom

NUTS code

UKK4 - Devon

Internet address(es)

Main address

https://www.lapsw.co.uk

one.3) Communication

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

https://www.lapsw.co.uk/2021/01/15/tendering-opportunity/

Additional information can be obtained from the above-mentioned address

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

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

Learning Academy Partnership - Communications & Online security Procurement

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support
    • JA03 - For network use
    • JA07 - Online
    • JA10 - For Internet
    • JA12 - For network
    • JA14 - For wide area network
    • JA24 - Broadband

two.1.3) Type of contract

Services

two.1.4) Short description

The LAP(sw) Trust was established in 2012 from its initial inception at Iisham Academy. The Trust is a family of inclusive and aspirational schools working together within a Multi-Academy Trust and Church of England Foundation. The Trust welcomes both church and community schools as well as those in all Ofsted catagories.

The Trust currently encompasses 8 schools but in addition to this:

• an additional school will join in April 2021

• a Free School (St Michaels's) will join in September 2021

The Trust also has an aggressive growth strategy and plans to double in size over the next 2-3 years.

In terms of technology relating to this procurement, there are currently multiple broadband providers, bandwidths and technologies with contractual end dates of circa September 2021.

The firewall and filtering solutions are both local and centrally provided and the telephony is a 'traditional' solution from a range of suppliers.

The strategy going forward is to wrap the following into one outsourced package for both all existing schools and any new schools that join the Trust during the lifetime of the contract.

Bidders should assume that the ITT will include, but not be limited to;

• A managed WAN service to connect schools anywhere in England

• Where possible a broadband service for each school based on synchronous connectivity

• A 'failover' line

• A firewalled service

• Filtering of Trust owned devices away from schools eg staff / pupil laptops

• An Education compliant internet filtering service

• Reporting of online activity service to support Safeguarding

• Inter-site connectivity facility as necessary

• A Managed VoIP telephony service for each school to an agreed number of handsets each

• Support and maintenance service

• Full end to end single SLA approach

• Management of any 3rd parties required to provide the service

• Relevant monitoring, management and reporting

• Full installation and transition service

• Value added services

• Technical interface into the Trusts outsourced ICT Managed service provider

Please Note: This procurement is being undertaken using the Negotiated Procedure with fast-track timescales. This is being justified due to the fact that the service must be in place by the 23rd July 2021 to enable wider configuration of systems over the summer period that will enable continuity of education from September 2021. Given the COVID-19 situation the main telecommunication providers have given notice that there may well be disruption to their normal implementation timeframes and thus orders need to be placed as soon as possible. The Trust therefore need to de-risk this situation and be in a position to place orders as soon as possible and therefore the justifiable reason to utilise fast-track timescales.

two.1.5) Estimated total value

Value excluding VAT: £750,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

The LAP(sw) Trust was established in 2012 from its initial inception at Iisham Academy. The Trust is a family of inclusive and aspirational schools working together within a Multi-Academy Trust and Church of England Foundation. The Trust welcomes both church and community schools as well as those in all Ofsted catagories.

The Trust currently encompasses 8 schools but in addition to this:

• an additional school will join in April 2021

• a Free School (St Michaels's) will join in September 2021

The Trust also has an aggressive growth strategy and plans to double in size over the next 2-3 years.

In terms of technology relating to this procurement, there are currently multiple broadband providers, bandwidths and technologies with contractual end dates of circa September 2021.

The firewall and filtering solutions are both local and centrally provided and the telephony is a 'traditional' solution from a range of suppliers.

The strategy going forward is to wrap the following into one outsourced package for both all existing schools and any new schools that join the Trust during the lifetime of the contract.

Bidders should assume that the ITT will include, but not be limited to;

• A managed WAN service to connect schools anywhere in England

• Where possible a broadband service for each school based on synchronous connectivity

• A 'failover' line

• A firewalled service

• Filtering of Trust owned devices away from schools eg staff / pupil laptops

• An Education compliant internet filtering service

• Reporting of online activity service to support Safeguarding

• Inter-site connectivity facility as necessary

• A Managed VoIP telephony service for each school to an agreed number of handsets each

• Support and maintenance service

• Full end to end single SLA approach

• Management of any 3rd parties required to provide the service

• Relevant monitoring, management and reporting

• Full installation and transition service

• Value added services

• Technical interface into the Trusts outsourced ICT Managed service provider

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

60

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 8

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: 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

Competitive procedure with negotiation

Accelerated procedure

Justification:

This procurement is being undertaken using the Negotiated Procedure with fast-track timescales. This is being justified due to the fact that the service must be in place by the 23rd July 2021 to enable wider configuration of systems over the summer period that will enable continuity of education from September 2021. Given the COVID-19 situation the main telecommunication providers have given notice that there may well be disruption to their normal implementation timeframes and thus orders need to be placed as soon as possible. The Trust therefore need to de-risk this situation and be in a position to place orders as soon as possible and therefore the justifiable reason to utilise fast-track timescales.

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

2 February 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

8 February 2021

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 30 July 2021


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Learning Partnership Academy Trust

Newton Abbott

TQ12 3SB

Country

United Kingdom