Tender

BC-10702 Shared Learning Trust Managed ICT

  • The Shared Learning Trust

F02: Contract notice

Notice identifier: 2021/S 000-004635

Procurement identifier (OCID): ocds-h6vhtk-02998c

Published 8 March 2021, 4:25pm



Section one: Contracting authority

one.1) Name and addresses

The Shared Learning Trust

Wilbury Drive

Dunstable

LU5 4QP

Contact

James Vaughan

Email

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