Section one: Contracting authority
one.1) Name and addresses
Alcester Grammar School
Birmingham Road
Alcester
B49 5ED
Contact
Geoff Chandler
geoff.chandler@moxton-education.com
Telephone
+44 07970661087
Country
United Kingdom
Region code
UKG1 - Herefordshire, Worcestershire and Warwickshire
Companies House
07485466
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.alcestergs.co.uk/page/?title=Tenders&pid=331
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
Alcester Grammar School - ICT Managed Service
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
Alcester Grammar School (AGS) encompasses 1,296 pupils and is located in Warwickshire.
AGS is focussed on 3 core values:
• Nurturing aspiration, achievement and opportunities for all
At Alcester Grammar School we aim to nurture aspiration, achievement, and opportunity for all. We are committed to offering a rich, ambitious curriculum and a broad all-round education, supported by outstanding pastoral care in an inclusive and collaborative learning environment. We expect everyone in our community to be active 'engaged AGS learners' and socially
responsible 'decent human beings'.
• Being a decent human being
Being kind, being polite, being respectful, being responsible and honest. Being community minded, empathetic and inclusive.
• Being engaged as an AGS learner
Aiming high by taking responsibility for learning, being collaborative, resourceful and showing curiosity and taking risks whilst persevering and reflecting.
The ICT Support at the School is currently provided in house and this is predominantly a reactive service to 'keep the lights on'. The School is at a stage where a forward thinking vision, direction of travel and whole School strategy is needed, that is informed by the Schools needs now and in the future.
As such, the School is taking the opportunity to go to market to identify a forward-looking partner to support them in the delivery and development of their ICT provision over the next five years.
This procurement encompasses the items noted below. In essence, this procurement is all about identifying a single supplier to provide a fully outsourced ICT managed service.
Further details regarding bid timescales are noted below but in terms of the managed service this is advertised as a 60 month contract with a maximum 5 year managed service with start and end dates as follows:
Service start date - 1st August 2025
Service end date - 31st July 2030
The new Managed Service Provider may also be required to deliver a range of technology and change management projects.
The companies identified from these shortlisting questions to receive the ITT for the Managed Service will then receive a detailed set of requirements. For the purposes of this shortlisting stage bidders should assume that the ITT will include, but is not be limited to;
• strategic advice and direction to the School regarding ICT
• a core onsite service 51 weeks per year minus Bank Holidays
• service desk
• local staffing that bidders deem necessary to deliver the SLA
• responsibility for design, specification, installation, and management of all ICT infrastructure
• supply of goods and services based on an agreed Best Value (BV) approach
• management of all ICT against an agreed SLA
• management of 3rd parties
• relevant monitoring, management, patching and reporting
• training - technical and curriculum as necessary
• expectation that the provider will drive innovation
• risk registers and inventory management
• collective partnership targets aligned to the School's objectives
Bidders should note the following:
• The School will provide a standard contract as part of the ITT Pack
• There will be a TUPE requirement for the existing employees.
Further details about the solution requirements will be provided to those bidders who are shortlisted to receive the ITT/AQ pack.
two.1.5) Estimated total value
Value excluding VAT: £1,100,000
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
- 32410000 - Local area network
- 32420000 - Network equipment
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKG1 - Herefordshire, Worcestershire and Warwickshire
Main site or place of performance
Alcester
two.2.4) Description of the procurement
Alcester Grammar School (AGS) encompasses 1,296 pupils and is located in Warwickshire.
AGS is focussed on 3 core values:
• Nurturing aspiration, achievement and opportunities for all
At Alcester Grammar School we aim to nurture aspiration, achievement, and opportunity for all. We are committed to offering a rich, ambitious curriculum and a broad all-round education, supported by outstanding pastoral care in an inclusive and collaborative learning environment. We expect everyone in our community to be active 'engaged AGS learners' and socially
responsible 'decent human beings'.
• Being a decent human being
Being kind, being polite, being respectful, being responsible and honest. Being community minded, empathetic and inclusive.
• Being engaged as an AGS learner
Aiming high by taking responsibility for learning, being collaborative, resourceful and showing curiosity and taking risks whilst persevering and reflecting.
The ICT Support at the School is currently provided in house and this is predominantly a reactive service to 'keep the lights on'. The School is at a stage where a forward thinking vision, direction of travel and whole School strategy is needed, that is informed by the Schools needs now and in the future.
As such, the School is taking the opportunity to go to market to identify a forward-looking partner to support them in the delivery and development of their ICT provision over the next five years.
This procurement encompasses the items noted below. In essence, this procurement is all about identifying a single supplier to provide a fully outsourced ICT managed service.
Further details regarding bid timescales are noted below but in terms of the managed service this is advertised as a 60 month contract with a maximum 5 year managed service with start and end dates as follows:
Service start date - 1st August 2025
Service end date - 31st July 2030
The new Managed Service Provider may also be required to deliver a range of technology and change management projects.
The companies identified from these shortlisting questions to receive the ITT for the Managed Service will then receive a detailed set of requirements. For the purposes of this shortlisting stage bidders should assume that the ITT will include, but is not be limited to;
• strategic advice and direction to the School regarding ICT
• a core onsite service 51 weeks per year minus Bank Holidays
• service desk
• local staffing that bidders deem necessary to deliver the SLA
• responsibility for design, specification, installation, and management of all ICT infrastructure
• supply of goods and services based on an agreed Best Value (BV) approach
• management of all ICT against an agreed SLA
• management of 3rd parties
• relevant monitoring, management, patching and reporting
• training - technical and curriculum as necessary
• expectation that the provider will drive innovation
• risk registers and inventory management
• collective partnership targets aligned to the School's objectives
Bidders should note the following:
• The School will provide a standard contract as part of the ITT Pack
• There will be a TUPE requirement for the existing employees.
Further details about the solution requirements will be provided to those bidders who are shortlisted to receive the ITT/AQ pack.
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: £1,100,000
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.2.10) 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
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
17 March 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
24 March 2025
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.4) Procedures for review
six.4.1) Review body
Alcester Grammar School
Alcester
B49 5ED
Country
United Kingdom