Tender

Allerton C of E Primary School - ICT Managed Service

  • Allerton C of E Primary School

F02: Contract notice

Notice identifier: 2022/S 000-005363

Procurement identifier (OCID): ocds-h6vhtk-031b8f

Published 28 February 2022, 8:29am



Section one: Contracting authority

one.1) Name and addresses

Allerton C of E Primary School

Lingfield Approach

Leeds

LS17 7HL

Contact

Geoff Chandler

Email

geoff.chandler@moxton-education.com

Telephone

+44 7970661087

Country

United Kingdom

NUTS code

UKE4 - West Yorkshire

Internet address(es)

Main address

http://allertonceprimary.com

one.3) Communication

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

https://allerton-ce-primary-school.secure-primarysite.net/ict-procurement/

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

Allerton C of E Primary 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

This procurement encompasses a full outsource of the ICT service for the School to a single supplier.

Further details regarding timescales are noted below but in summary this is advertised as a maximum 5 year service with start and end dates as follows:

• Service start date - 1st August 2022

• Service end date - 31st July 2027

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 all equipment and service regarding ICT, including but not be limited to;

• strategic advice and direction to the School regarding ICT

• a core 50 week service

• 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

• Website technical support

• collective partnership targets regarding support for e.g. support for ICT in the community

Bidders should note the following;

• There is not an expectation that TUPE will apply from either existing suppliers or the school

At a high level the school estate of devices encompasses some 668 devices (Ipads/Chromebooks/Laptops and Desktops). Circa 90 if these devices are for non-pupils use. (not including DfE devices).

Bidders should more detail on this will be provided at the ITT Stage.

Further details and more detailed information about the network solution will be provided to those bidders who are shortlisted to receive the ITT

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire

two.2.4) Description of the procurement

This procurement encompasses a full outsource of the ICT service for the School to a single supplier.

Further details regarding timescales are noted below but in summary this is advertised as a maximum 5 year service with start and end dates as follows:

• Service start date - 1st August 2022

• Service end date - 31st July 2027

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 all equipment and service regarding ICT, including but not be limited to;

• strategic advice and direction to the School regarding ICT

• a core 50-week service

• 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

• Website technical support

• collective partnership targets regarding support for e.g. support for ICT in the community

Bidders should note the following;

• There is not an expectation that TUPE will apply from either existing suppliers or the school

At a high level the school estate of devices encompasses some 668 devices (Ipads/Chromebooks/Laptops and Desktops). Circa 90 if these devices are for non-pupils use (not including DfE devices). Bidders should more detail on this will be provided at the ITT Stage.

Further details and more detailed information about the network solution will be provided to those bidders who are shortlisted to receive the ITT

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: £300,000

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

29 March 2022

Local time

12:00pm

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

20 April 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.4) Procedures for review

six.4.1) Review body

Allerton C of E Primary School

Leeds

LS17 7HL

Country

United Kingdom