Opportunity

ICT Project Delivery Partner

  • Harris Federation

F02: Contract notice

Notice reference: 2022/S 000-002655

Published 31 January 2022, 11:14am



Section one: Contracting authority

one.1) Name and addresses

Harris Federation

4th Floor Norfolk House, Wellesley Road

Croydon

CR0 1LH

Email

procurement@harrisfederation.org.uk

Telephone

+44 2082537777

Fax

+44 2082537778

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.harrisfederation.org.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA30809

one.3) Communication

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

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

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

ICT Project Delivery Partner

two.1.2) Main CPV code

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

two.1.3) Type of contract

Services

two.1.4) Short description

The Harris Federation (HF) is a Federation of 51 Academies, which are currently located in the London area with the Federation Head Office in East Croydon.

The Federation Website is https://www.harrisfederation.org.uk

The ICT Support and delivery of upgrades/projects at the Federation is currently all delivered 'in house' with occasional ad-hoc contractor support.

The Federation benefits from a degree of standardisation in its ICT solution, but at the same time is also cognisant that ICT solutions and technology are developing rapidly.

There is currently a need to refresh a significant amount of aged equipment across the Federation as part of an ongoing refresh programme over a number of years. Therefore, to enable the Federation's IT team to focus on the management of ICT and not need to be concerned with the increasing challenges regarding ICT supply, procurement, implementation and resourcing the decision has been taken to identify an ICT Implementation Partner. At a high level, the Partner will be responsible for supply of equipment and implementation through ongoing multiple projects so that over the lifetime of the contract all Federation schools will have been refreshed. The Federation IT team will continue to maintain and support the ICT.

To give an indication of the equipment and tasks the partner would need to deliver are as follows:

- All hardware supply

- Maintenance agreements

- Relevant licencing

- A move to serverless schools where relevant

- Cabling

- CCTV systems

- All installation services

- Programme Management

- Project Management

- Management of ad-hoc purchases

- Pre-Testing against a Standard Network Design (SND)

- Formal testing against SND

- Functional testing with schools

- User Training - School staff

- Handover Training - School technical staff

- Asset tagging of all installed equipment

- Asset register management for both hardware & software

- Escalated Support for 6 months (inc SLA to measure performance) following each school deployment

- Equipment disposal / re-cycling

- Due Diligence services for both existing & new schools

- Commitments to support innovation

- Budget risk post Order

- Innovation & ongoing input into SND

- Collective partnership (CSR) targets aligned to the Federation objectives

two.1.5) Estimated total value

Value excluding VAT: £26,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 30200000 - Computer equipment and supplies
  • 35125000 - Surveillance system
  • 48200000 - Networking, Internet and intranet software package
  • 48442000 - Financial systems software package
  • 48820000 - Servers
  • 51600000 - Installation services of computers and office equipment
  • 80400000 - Adult and other education services
  • 80500000 - Training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Harris Federation (HF) is a Federation of 51 Academies, which are currently located in the London area with the Federation Head Office in East Croydon.

The Federation Website is https://www.harrisfederation.org.uk

The ICT Support and delivery of upgrades/projects at the Federation is currently all delivered 'in house' with occasional ad-hoc contractor support.

The Federation benefits from a degree of standardisation in its ICT solution, but at the same time is also cognisant that ICT solutions and technology are developing rapidly.

There is currently a need to refresh a significant amount of aged equipment across the Federation as part of an ongoing refresh programme over a number of years. Therefore, to enable the Federation's IT team to focus on the management of ICT and not need to be concerned with the increasing challenges regarding ICT supply, procurement, implementation and resourcing the decision has been taken to identify an ICT Implementation Partner. At a high level, the Partner will be responsible for supply of equipment and implementation through ongoing multiple projects so that over the lifetime of the contract all Federation schools will have been refreshed. The Federation IT team will continue to maintain and support the ICT.

To give an indication of the equipment and tasks the partner would need to deliver are as follows:

- All hardware supply

- Maintenance agreements

- Relevant licencing

- A move to serverless schools where relevant

- Cabling

- CCTV systems

- All installation services

- Programme Management

- Project Management

- Management of ad-hoc purchases

- Pre-Testing against a Standard Network Design (SND)

- Formal testing against SND

- Functional testing with schools

- User Training - School staff

- Handover Training - School technical staff

- Asset tagging of all installed equipment

- Asset register management for both hardware & software

- Escalated Support for 6 months (inc SLA to measure performance) following each school deployment

- Equipment disposal / re-cycling

- Due Diligence services for both existing & new schools

- Commitments to support innovation

- Budget risk post Order

- Innovation & ongoing input into SND

- Collective partnership (CSR) targets aligned to the Federation objectives

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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 number of candidates: 5

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

Competitive procedure with negotiation

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 March 2022

Local time

12:00pm

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

8 March 2022

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=225237.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:225237)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Country

United Kingdom