Section one: Contracting authority
one.1) Name and addresses
Northern Ambition Academies Trust
Crewe Road
Castleford
WF10 3JU
Contact
Geoff Chandler
geoff.chandler@moxton-education.com
Telephone
+44 7970661087
Country
United Kingdom
Region code
UKE4 - West Yorkshire
Internet address(es)
Main address
https://www.northernambition.org.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.northernambition.org.uk/tenders/
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
Northern Ambition Academies Trust 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
The Northern Ambition Academies Trust (NAAT) is a Trust of 4 Academies encompassing c.2,093 pupils in and around Castleford.
The current schools are:
Airedale Academy
Airedale Infants Academy
Airedale Juniors Academy
Oyster Park Primary Academy
The Northern Ambition Academies Trust (NAAT) was established in 2014.
Northern Ambition Academies Trust (NAAT) was established in 2014. In tandem with the national strategy the Trust is intending to grow. The aspiration of the Trust is to ensure its' growth plans align with the ambition set out in the recent Government White Paper, with the Trust aiming to serve a minimum of 7500 pupils or to run at least 10 schools by 2030. The current aim would be for these schools to be in broadly the same geographical area. Bidders should make the assumption that this growth could be in the basis of an average of one school per annum or a small group of schools.
This procurement encompasses the items noted below. In essence, this procurement is all about identifying a single supplier to provide a fully outsourced managed service. At the sole discretion of the Trust any future schools that the Trust may incorporate into the Trust will also be added to the ICT contract. Any additional schools will co-terminate to the end same end date of the initial contract.
Further details regarding timescales are noted below but in summary 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 November 2022
• Service end date - 31st October 2027
The new Managed service provider will also deliver a range of technology and change management projects to go ahead as soon as possible. The main focus of these projects is to address technology issues in schools and 'join up' the schools into a single network provision.
A full technical analysis of each school will be provided to shortlisted bidders at the ITT Stage but to provide an idea of the size of the device estate the following table provides a summary.
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 not be limited to;
• strategic advice and direction to the Trust regarding ICT
• a term time onsite service
• service desk
• local staffing that bidders deem necessary to deliver the SLA. The SLA will apply 24x7x365
• 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 Trusts objectives
Bidders should note the following;
• The Trust will provide a standard contract as part of the ITT Pack
• There is expected to be a requirement for TUPE
two.1.5) Estimated total value
Value excluding VAT: £1,200,000
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
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Northern Ambition Academies Trust (NAAT) is a Trust of 4 Academies encompassing c.2,093 pupils in and around Castleford.
The current schools are:
Airedale Academy
Airedale Infants Academy
Airedale Juniors Academy
Oyster Park Primary Academy
The Northern Ambition Academies Trust (NAAT) was established in 2014.
Northern Ambition Academies Trust (NAAT) was established in 2014. In tandem with the national strategy the Trust is intending to grow. The aspiration of the Trust is to ensure its' growth plans align with the ambition set out in the recent Government White Paper, with the Trust aiming to serve a minimum of 7500 pupils or to run at least 10 schools by 2030. The current aim would be for these schools to be in broadly the same geographical area. Bidders should make the assumption that this growth could be in the basis of an average of one school per annum or a small group of schools.
This procurement encompasses the items noted below. In essence, this procurement is all about identifying a single supplier to provide a fully outsourced managed service. At the sole discretion of the Trust any future schools that the Trust may incorporate into the Trust will also be added to the ICT contract. Any additional schools will co-terminate to the end same end date of the initial contract.
Further details regarding timescales are noted below but in summary 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 November 2022
• Service end date - 31st October 2027
The new Managed service provider will also deliver a range of technology and change management projects to go ahead as soon as possible. The main focus of these projects is to address technology issues in schools and 'join up' the schools into a single network provision.
A full technical analysis of each school will be provided to shortlisted bidders at the ITT Stage but to provide an idea of the size of the device estate the following table provides a summary.
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 not be limited to;
• strategic advice and direction to the Trust regarding ICT
• a term time onsite service
• service desk
• local staffing that bidders deem necessary to deliver the SLA. The SLA will apply 24x7x365
• 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 Trusts objectives
Bidders should note the following;
• The Trust will provide a standard contract as part of the ITT Pack
• There is expected to be a requirement for TUPE
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: £1,200,000
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
Originally published as:
Date
3 June 2022
Local time
12:00pm
Changed to:
Date
6 June 2022
Local time
12:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
10 June 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
Northern Ambition Academies Trust
Castleford
Country
United Kingdom