Section one: Contracting authority
one.1) Name and addresses
The Shared Learning Trust
Wilbury Drive
Dunstable
LU5 4QP
Contact
James Vaughan
James.Vaughan@schoolsbuyingclub.com
Telephone
+44 8452577050
Country
United Kingdom
NUTS code
UKH2 - Bedfordshire and Hertfordshire
National registration number
05958361
Internet address(es)
Main address
https://www.thesharedlearningtrust.org.uk/
Buyer's address
https://in-tendhost.co.uk/schoolsbuyingclub
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/schoolsbuyingclub
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/schoolsbuyingclub
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
BC-10702 Shared Learning Trust Managed ICT
Reference number
BC-10702
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 Shared Learning Trust is a Trust based in the Luton area, and requires outsourced managed ICT support for 5 of their schools. Currently ICT support is provided across the Trust through a combination of outsourced providers and in house provision.The server contracts are managed externally by a third party and these remain out of scope for this procurement.It is envisaged that staff members will be eligible for TUPE which includes staff members who are currently within the Local Government Pension Scheme. The Successful Bidder will be expected to manage the complete IT lifecycle of the schools from initial advice, procurement and installation through to the day to day support and management of hardware, software and IT contracts. The Contract period will be for 3 years initially with the option to extend for two further one year periods.
two.1.5) Estimated total value
Value excluding VAT: £3,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UKH2 - Bedfordshire and Hertfordshire
two.2.4) Description of the procurement
The Shared Learning Trust is a Trust based in the Luton area, and requires outsourced managed ICT support for 5 of their schools. Currently ICT support is provided across the Trust through a combination of outsourced providers and in house provision.The server contracts are managed externally by a third party and these remain out of scope for this procurement.It is envisaged that staff members will be eligible for TUPE which includes staff members who are currently within the Local Government Pension Scheme. The Successful Bidder will be expected to manage the complete IT lifecycle of the schools from initial advice, procurement and installation through to the day to day support and management of hardware, software and IT contracts. The Contract period will be for 3 years initially with the option to extend for two further one year periods. The services are to be provided at the following addresses:The Chalks Hills Academy, Leagrave High St, Luton, LU4 0NEThe Stockwood Park Academy, Rotheram Avenue, Luton, LU1 5PPThe Linden Academy, Osborne Road, Luton, LU1 3HJThe Vale Academy, Wilbury Drive, Dunstable, LU5 4QPThe Rushmere Park Academy, East Street, Leighton Buzzard, LU7 1EW
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: £3,500,000
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
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As per the tendering documentation
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
Restricted procedure
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
7 April 2021
Local time
12:00pm
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.4) Procedures for review
six.4.1) Review body
Royal Court of Justice Strand London WC2A 2LL United Kingdom
Strand
London
WC2A 2LL
Country
United Kingdom