Section one: Contracting authority
one.1) Name and addresses
Allerton C of E Primary School
Lingfield Approach
Leeds
LS17 7HL
Contact
Geoff Chandler
geoff.chandler@moxton-education.com
Telephone
+44 7970661087
Country
United Kingdom
NUTS code
UKE4 - West Yorkshire
Internet address(es)
Main address
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