Section one: Contracting authority
one.1) Name and addresses
Saint Cecilia's CofE School
Sutherland Grove
London
SW18 5JR
Contact
Maria Robinson
Telephone
+44 1256467107
Country
United Kingdom
NUTS code
UKI6 - Outer London – South
Internet address(es)
Main address
https://www.saintcecilias.london/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/minervapcs/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/minervapcs/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Educational Institute
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Saint Cecilia's CofE School - ICT Managed Service
Reference number
MPN-10287
two.1.2) Main CPV code
- 72500000 - Computer-related services
two.1.3) Type of contract
Services
two.1.4) Short description
Saint Cecilia's School is currently out to tender for the provision of a full daily ICT Managed service.The Contractor will be responsible for the provision of a full school ICT service for the pupils and staff at the school. The School requires a Contractor to undertake the ICT Managed Service in accordance with good practice so as to provide a high service standard throughout the school for the benefit of school staff and pupils, the local community and any visitors to the site. The school campus is located on one site across a number of buildings. The school currently receives onsite support from one Network Manager and one Junior Technician. Across the school there are currently 1079 pupils on roll for the academic year 2024. TUPE is expected to apply, details of which can be found in the tender documentation.The School is inviting suppliers to tender for the supply of management and support for its entire ICT infrastructure.
two.1.5) Estimated total value
Value excluding VAT: £517,985
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 30237300 - Computer supplies
- 72610000 - Computer support services
two.2.3) Place of performance
NUTS codes
- UKI6 - Outer London – South
two.2.4) Description of the procurement
Saint Cecilia's School is currently out to tender for the provision of a full daily ICT Managed service.The Contractor will be responsible for the provision of a full school ICT service for the pupils and staff at the school. The School requires a Contractor to undertake the ICT Managed Service in accordance with good practice so as to provide a high service standard throughout the school for the benefit of school staff and pupils, the local community and any visitors to the site. The school campus is located on one site across a number of buildings. The school currently receives onsite support from one Network Manager and one Junior Technician. Across the school there are currently 1079 pupils on roll for the academic year 2024. TUPE is expected to apply, details of which can be found in the tender documentation.The School is inviting suppliers to tender for the supply of management and support for its entire ICT infrastructure.
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: £517,985
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 number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Objective criteria as detailed in the tender document.A maximum of five suppliers will be taken forward to the Invitation to Tender stage of the process. Where less than five suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the Invitation to Tender stage. Where more than five suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the Invitation to Tender stage.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The contract will be awarded for an initial period of two years with three possible extensions of 12 months each meaning a maximum contract length of five years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The duration detailed above includes the initial term of 2 years as well as the 3 optional contract extension periods of 12 months each.
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
N/A
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
Originally published as:
Date
10 July 2024
Local time
5:00pm
Changed to:
Date
12 July 2024
Local time
5:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
11 September 2024
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: Yes
Estimated timing for further notices to be published: Further notices will be published in 2026, 2027 or 2028 dependent on the exercising of contract extension options.
six.4) Procedures for review
six.4.1) Review body
High Court
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Saint Cecilia's CofE School will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into The Public Contracts Regulations 2015 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)
six.4.4) Service from which information about the review procedure may be obtained
High Court
Strand
London
WC2A 2LL
Country
United Kingdom