Tender

CE-01552 St Christopher's C of E Trust IT Support

  • St Christopher's C of E Primary Trust

F02: Contract notice

Notice identifier: 2021/S 000-017187

Procurement identifier (OCID): ocds-h6vhtk-02ca91

Published 21 July 2021, 1:13pm



Section one: Contracting authority

one.1) Name and addresses

St Christopher's C of E Primary Trust

Unit 38 Basepoint Business Centre, Yeoford Way, Marsh Barton

Exeter

EX2 8LB

Contact

Josie Medforth

Email

contact@schoolsbuyinghubsouthwest.com

Country

United Kingdom

NUTS code

UKK43 - Devon CC

Internet address(es)

Main address

https://in-tendhost.co.uk/schoolsbuyingclub

Buyer's address

https://www.stchristophersmat.org

one.3) Communication

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

https://in-tendhost.co.uk/schoolsbuyingclub

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/schoolsbuyingclub

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

CE-01552 St Christopher's C of E Trust IT Support

Reference number

CE-01552

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

St Christopher’s (Primary) C of E Multi Academy Trust is made up of 16 primary academies and a central team spanning Torbay, Devon and Plymouth. The current ICT support Service is due to end and the purpose of this tender is to renew the contract for this service. The aim of the current contact has been have a consistent approach to IT both for the pupils and the staff. This enables the Trust to maximise the effectiveness of the equipment and service, as well as helping to share resources and best practise across all the academies.

two.1.5) Estimated total value

Value excluding VAT: £450,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UKK4 - Devon

two.2.4) Description of the procurement

The following 18 schools are included in this tender opportunity:All Saints Axminster CofE Primary SchoolAll Saints Babbacombe CofE Primary SchoolBeer CofE Primary SchoolSt Edward's CofE Primary AcademySt George's CofE Primary AcademySt Leonard's CofE PrimaryMeavy CofE Primary SchoolSt Michael's CofE Primary AcademyLady Modiford's CofE Primary SchoolSt Marychurch CofE Primary and Nursery SchoolSt Matthew's CofE Primary and Nursery AcademyOld Priory Junior AcademySt Peter's CofE Primary School, PlymouthSt Peter's CofE Junior SchoolPlympton St Mary InfantsSt Rumon's CofE Primary SchoolTidcombe Primary SchoolUpton St James CofE Primary

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

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

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

Information and formalities necessary for evaluating if requirements are met:Full details of the objective criteria are detailed in the Pre-Qualification Questionnaire, which must be sought and returned by the closing deadline.

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

23 August 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

23 August 2021

Local time

12:00pm


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

St Christopher's CofE (Primary) Multi Academy Trust

Unit 38 Basepoint Business Centre, Yeoford Way,

Exeter

EX2 8LB

Country

United Kingdom

Internet address

https://www.stchristophersmat.org

six.4.2) Body responsible for mediation procedures

St Christopher's CofE (Primary) Multi Academy Trust

Unit 38 Basepoint Business Centre, Yeoford Way,

Exeter

EX2 8LB

Country

United Kingdom

Internet address

https://www.stchristophersmat.org

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Trust will incorporate a standstill period at the point at which information on the award of the Contract is communicated to all tenderers. The notification will provide full information on the award decision. The standstill period, which will be for the minimum of ten calendar days, provides time for unsuccessful tenderers to challenge the award decision before the Contract is entered into.The Public Contracts Regulations 2015 (SI 2015 No.102) provide for aggrieved parties who have been harmed, or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).Information on deadlines(s) for review procedures can be found in Part 3, Chapter 6 of the Public Contracts Regulations 2015.

six.4.4) Service from which information about the review procedure may be obtained

Royal Court of Justice

The Strand

Exeter

WC2A 2LL

Country

United Kingdom

Internet address

https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice