Section one: Contracting authority
one.1) Name and addresses
The Griffin Schools Trust
2a Fielding Lane
Bromley
BR2 9FL
Contact
Rosie Thomas
rosie.thomas@schoolsbuyingclub.com
Telephone
+44 8452577050
Country
United Kingdom
NUTS code
UKI61 - Bromley
National registration number
07893665
Internet address(es)
Main address
https://www.griffinschoolstrust.org/
Buyer's address
https://in-tendhost.co.uk/placegroup/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/placegroup/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/placegroup/aspx/Home
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
BC-10755 Griffin Schools Trust ICT
Reference number
BC-10755
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 Griffin Schools Trust (GST) is a multi-academy trust whose headquarters is currently based in Bromley, Kent. It currently consists of two secondary schools and ten primary schools which are located in geographic hubs.Currently GST outsources much of the management of their ICT infrastructure to various third-party providers, with different renewal terms. Currently four primary schools have upcoming support renewals along with the Trust Headquarters and GST would like to formalise a managed service contract for these five initial sites and potentially migrate further schools at their discretion to the contract over the initial term. Each school has an independent Active Directory domain and all schools utilise Google Workspace for Education and use Chromebooks and Microsoft Windows Desktops.
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
- UKI61 - Bromley
- UKJ41 - Medway
- UKI53 - Redbridge and Waltham Forest
two.2.4) Description of the procurement
Currently GST outsources much of the management of their ICT infrastructure to various third-party providers, with different renewal terms. Currently four primary schools have upcoming support renewals along with the Trust Headquarters and GST would like to formalise a managed service contract for these five initial sites and potentially migrate further schools at their discretion to the contract over the initial term. Each school has an independent Active Directory domain and all schools utilise Google Workspace for Education and use Chromebooks and Microsoft Windows Desktops. It is envisaged that staff members employed by the current provider will be eligible for TUPE.The Successful Bidder will be expected to manage the complete IT lifecycle of the schools from initial advice and installation through to the day-to-day support and management. The services under this contract will comprise of managed ICT support services, ICT equipment and consumables, licenses and broadband. The Trust or the schools may also utilise the new provider for additional sourcing as and when required e.g., for Wi-Fi upgrades.The Contract period will be for 3 years initially with the option to extend for a two year period. It is anticipated over the course of the contract that additional schools may join the Trust in the future who will roll into this contract.The services are to be provided at the following address: Kingfisher Primary School, Kingfisher Drive, Princes Park, Chatham, ME5 7NXSaxon Way Primary School, Church Path, Ingram Road, Gillingham, ME7 1SJLordswood School, Lordswood Lane, Chatham, Kent, ME5 8NNWillow Brook Primary School, Church Road, Leyton, London, E10 7BHTrust Headquarters, 2a Fielding Lane, Bromley, Kent BR2 9FL
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
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
As per the tendering documentation
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
Restricted 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
3 July 2024
Local time
12:00pm
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.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
Strand
London
WC2A 2LL
Country
United Kingdom