Opportunity

Tender for the Provision of a Schools Management Information System

  • Academies Enterprise Trust

F02: Contract notice

Notice reference: 2021/S 000-008829

Published 26 April 2021, 8:55am



Section one: Contracting authority

one.1) Name and addresses

Academies Enterprise Trust

183 Eversholt Street, London

London

NW1 1UB

Contact

Clive Hammond

Email

chammond@academiesenterprisetrust.org

Telephone

+44 7900827152

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

http://www.academiesenterprisetrust.org

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA28989

one.3) Communication

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

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

www.mytenders.co.uk

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

Tender for the Provision of a Schools Management Information System

Reference number

T164/2021

two.1.2) Main CPV code

  • 72212190 - Educational software development services

two.1.3) Type of contract

Services

two.1.4) Short description

AET is a multi academy trust comprising of 57 academies with a mixture of primary, secondary and special schools. We are seeking a supplier to provide a hosted cloud based Schools Management Information System for all our academies. The MIS will be accessed over the internet and hosted in the cloud with the service provider providing the hosting, MIS solution, helpdesk support and maintenance. The successful tenderer will be required to undertake the implementation of the new solution to all 57 academies plus our head office team prior to the system going live as the sole solution within the trust from 1 April 2022.

Full tender documentation including specification can be downloaded from www.mytenders.co.uk at no cost. Perspective bidders are invited to a Supplier Briefing Event on 7 May 2021 commencing at 12.30pm BST. This event will be held virtually and further details are within the tender documentation.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72200000 - Software programming and consultancy services
  • 72300000 - Data services
  • 72600000 - Computer support and consultancy services
  • 80100000 - Primary education services
  • 80200000 - Secondary education services
  • 80340000 - Special education services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ4 - Kent
  • UKK - South West (England)
  • UKL - Wales
Main site or place of performance

the trust head office is in London and our 57 current academies are spread across England and Wales

two.2.4) Description of the procurement

The Trust is seeking to procure a software as a service based Schools Management Information System for our current 57 academies. Our total number of academies comprises of primary, secondary and special schools and we are looking to procure a single MIS solution for all academies along with use at our head office by our Business Intelligence team.

The product must be capable of supporting the operational, educational and administrative needs of our academies across the three phases of the education sector in a single solution.

The successful supplier will be responsible for the implementation of the system in the 6 month period prior to the go live date of this contract (from September 2021 to 31 March 2022) including but not limited to the migration of data from our current MIS systems including all historical pupil data, training, programme management, configuration, integration with third party software and the Trust's Data Lake, customisation, support and documentation as well as for all the provision of all services during the duration of the contract including but not limited to hosting, software, helpdesk support, product development in line with Trust and regulatory requirements and ongoing training.

A detailed specification is included within the tender documentation.

A supplier briefing event is to be held on 7 May 2021 from 12.30 BST and details are included within the tender documentation. This event will be held virtually and recorded and made available to all tenderers after the event.

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: £2,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The contract is initially for a period of 3 years from 1 April 2022 with the option to extend for up to a further 2 years on either a 1+1 year basis or a 2 year basis

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

Selection criteria as stated in tender documents

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

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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 June 2021

Local time

12:00pm

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: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

7 June 2021

Local time

12:00pm

Place

Tenders will be held in the mytenders.co.uk portal and opened electronically

Information about authorised persons and opening procedure

The Head of Procurement will open the tenders through the www.mytenders.co.uk portal


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Yes - if the tender extension option is taken up then the next tender will be issued in 2025 or 2026 depending on the length of extension option. If the extension option is not taken up then the next tender will be issued in 2024

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=222649.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:222649)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit