Section one: Contracting authority
one.1) Name and addresses
The Swan Trust
Church Hill
Woking
GU21 4QQ
Contact
Geoff Chandler
geoff.chandler@moxton-education.com
Telephone
+44 7970661087
Country
United Kingdom
NUTS code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://swantrust.co.uk/our-documents/
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
The SWAN Trust - Communications & Security 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 SWAN Trust (SWAN) is a Trust of 6 Academies encompassing c.2,027 pupils in and around Woking.
The SWAN Trust was established in 2019 is planning on growing. Bidders should make the assumption that this would be on the basis of at least one school per annum or a group of schools. In summary the aspiration of the Trust is to encompass circa 12-15 schools in the next 5 years.
Central to The SWAN Trust is purposeful collaboration. Our local schools believe that school to school support and purposeful collaboration will enhance educational opportunities and bring about improvements in the quality of learning for all our children. The SWAN Trust;
• shares the highest ambitions for every child and for all our schools
• has children who are happy and feel safe at school
• develops emotional wellbeing, curiosity and a love of learning in every child
• supports children to acquire the oracy, numeracy and literacy skills they need
• collaborate and work across Swan schools to improve the quality of learning for our children
• create a culture where our people can grow and develop
manages resources to provide the best educational experience for all our children
develop 21st Century IT skills to equip them to be competent and safe
This procurement encompasses the items noted below. In essence, this procurement is all about identifying a single supplier to provide a package of services relating to communication, online safety and security. At the sole discretion of the Trust any future schools that the Trust may incorporate into the Trust will also be added to the contract. Any additional schools will co-terminate to the end same end date of the initial contract.
The companies identified from these shortlisting questions to receive the ITT will then receive a detailed set of requirements. For the purposes of this shortlisting stage bidders should assume that the ITT will include, but not be limited to;
• A managed connectivity service to connect schools anywhere in England
• 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
• 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 support provision
•
Bidders should note the following;
• The Trust will provide a standard contract as part of the ITT Pack
• There will be no requirement for TUPE
Further details about the solution requirements will be provided to those bidders who are shortlisted to receive the ITT pack.
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 32550000 - Telephone equipment
- 72400000 - Internet services
- 80100000 - Primary education services
- 80500000 - Training services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
Woking
two.2.4) Description of the procurement
The SWAN Trust (SWAN) is a Trust of 6 Academies encompassing c.2,027 pupils in and around Woking.
The SWAN Trust was established in 2019 is planning on growing. Bidders should make the assumption that this would be on the basis of at least one school per annum or a group of schools. In summary the aspiration of the Trust is to encompass circa 12-15 schools in the next 5 years.
Central to The SWAN Trust is purposeful collaboration. Our local schools believe that school to school support and purposeful collaboration will enhance educational opportunities and bring about improvements in the quality of learning for all our children. The SWAN Trust;
• shares the highest ambitions for every child and for all our schools
• has children who are happy and feel safe at school
• develops emotional wellbeing, curiosity and a love of learning in every child
• supports children to acquire the oracy, numeracy and literacy skills they need
• collaborate and work across Swan schools to improve the quality of learning for our children
• create a culture where our people can grow and develop
manages resources to provide the best educational experience for all our children
develop 21st Century IT skills to equip them to be competent and safe
This procurement encompasses the items noted below. In essence, this procurement is all about identifying a single supplier to provide a package of services relating to communication, online safety and security. At the sole discretion of the Trust any future schools that the Trust may incorporate into the Trust will also be added to the contract. Any additional schools will co-terminate to the end same end date of the initial contract.
The companies identified from these shortlisting questions to receive the ITT will then receive a detailed set of requirements. For the purposes of this shortlisting stage bidders should assume that the ITT will include, but not be limited to;
• A managed connectivity service to connect schools anywhere in England
• 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
• 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 support provision
•
Bidders should note the following;
• The Trust will provide a standard contract as part of the ITT Pack
• There will be no requirement for TUPE
Further details about the solution requirements will be provided to those bidders who are shortlisted to receive the ITT 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: £400,000
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
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
22 March 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
29 March 2022
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
Duration in months: 6 (from the date stated for receipt of tender)
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
The SWAN Trust
Woking
Country
United Kingdom