Opportunity

Future Network for Schools (FN4S) Service for educational establishments in Hampshire and Southampton

  • HAMPSHIRE COUNTY COUNCIL

F02: Contract notice

Notice reference: 2021/S 000-015386

Published 5 July 2021, 3:05pm



The closing date and time has been changed to:

19 August 2021, 2:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

HAMPSHIRE COUNTY COUNCIL

The Castle

WINCHESTER

SO23 8UJ

Email

procurement.support@hants.gov.uk

Country

United Kingdom

NUTS code

UKJ - South East (England)

Internet address(es)

Main address

https://www.hants.gov.uk/

Buyer's address

https://www.hants.gov.uk/business/procurement

one.3) Communication

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

https://in-tendhost.co.uk/hampshire/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/hampshire/aspx/Home

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Future Network for Schools (FN4S) Service for educational establishments in Hampshire and Southampton

Reference number

CR16319

two.1.2) Main CPV code

  • 32400000 - Networks
    • JA01 - For computer hardware
    • JA02 - For computer software
    • JA03 - For network use
    • JA10 - For Internet
    • JA11 - For intranet
    • JA12 - For network
    • JA13 - For local area network
    • JA14 - For wide area network
    • JA15 - With licence
    • JA24 - Broadband

two.1.3) Type of contract

Supplies

two.1.4) Short description

Hampshire County Council (HCC) is seeking to create a single supplier framework called Future Network for Schools, that will provide a reliable, scalable, flexible and affordable managed internet access service for Schools, Academies and other educational establishments within Hampshire and Southampton.

The new service will need to provide a range of features including (but not limited to) firewalling, web filtering and reporting, safeguarding, VPN connectivity, DNS, anti-virus, and remote access services.

Under the framework, schools will have a direct relationship with the supplier for the provision of all service operations, delivery, support and service desk, ordering and billing. HCC will not be directly involved in any of these activities.

The successful supplier will need to provide schools with an online service catalogue from which services can be ordered.

The council cannot guarantee or give any assurances as to the volume of schools entering into an agreement with the service provider via the framework agreement. Schools must determine for themselves whether the framework service provider, and call off terms and conditions, and other framework documents are acceptable to their organisation.

two.1.5) Estimated total value

Value excluding VAT: £25,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

Hampshire and Southampton.

two.2.4) Description of the procurement

Hampshire County Council seek to establish a single supplier framework for the provision of services as stated above. The framework term is 4 years however schools will be able to specify a 2 year or 3 year call off contract term. The minimum service provision maybe supplemented by the schools with additional optional services as stated in the tender documents. The successful supplier will be required to manage all elements of the migration from the current service provider (Virgin Media Business), installation, and implementation and subsequent operation directly with the schools/educational establishments.

A defined Service Level Agreement will be established between the school and the successful contractor. The supplier should have a set of defined service management policies, systems and procedures in place including but not limited to:

• Information Security Management System (ISMS) or similar security policy framework.

• Quality Management System (QMS)

• Environmental Management System (EMS)

• Supply chain management covering all products, services and sub-contractors required for the delivery of services.

• Risk management

• Change management

• Business continuity

• Disaster recovery

• Technical development methodologies.

• Staff development

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

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

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-003133

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

5 August 2021

Local time

2:00pm

Changed to:

Date

19 August 2021

Local time

2:00pm

See the change notice.

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

four.2.7) Conditions for opening of tenders

Date

5 August 2021

Local time

2:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales London

London

Country

United Kingdom