Awarded contract

Framework agreement to supply ICT goods and services to the education sector and any UK public sector body - Phase 1

  • enFrame CIC

F03: Contract award notice

Notice reference: 2022/S 000-021655

Published 8 August 2022, 9:32am



Section one: Contracting authority

one.1) Name and addresses

enFrame CIC

Stuart House, St John's Street

Peterborough

PE1 5DD

Contact

Eleanor Platt

Email

eplatt@enframe.org.uk

Telephone

+44 7850683859

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.enframe.org.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42785

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Framework agreement to supply ICT goods and services to the education sector and any UK public sector body - Phase 1

Reference number

EN-ICT-1021

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

Academies Enterprise Trust (AET) and The Elliot Foundation Trust (TEFAT) seek to establish a framework agreement enabling schools, multi-academy trusts and all UK public sector bodies to procure a variety of ICT goods and services, where those goods and services are split into a series of lots and possibly sub-lots, allowing suppliers to respond to single lots/sub-lots, multiple lots/sub-lots, or all lots. The lots range from hardware and software purchases, to procuring a full managed service with a chosen Strategic ICT Partner. There is no limit to the number of suppliers on each lot and no limit to the number of lots you can respond to. We welcome responses from registered companies (including SMEs), consortia, Special Purpose Vehicles and Voluntary Community and Social Enterprise (VCSEs).

The Sponsors (AET and TEFAT) will be procuring a Strategic Partner utilising the framework, which will run in parallel to the framework procurement. These further competitions will be lots 16 and 17 of the framework ITT.

The lots for this phase of the ICT Framework Procurement are Strategic Partnering Services, Support Services, the AET Further Competition, and the TEFAT Further Competition.

enFrame are focussed on ensuring that every procurement is driven by Social Value and fighting climate change, an ethos that is shared with AET and TEFAT. A such, the framework asks what Social Value supplies can offer through delivery of the service that would benefit the trusts, and what they can offer and do to reduce the trusts’ carbon footprint.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £500,000,000

two.2) Description

two.2.1) Title

Lot 2: Support Services (Overarching lot)

Lot No

2

two.2.2) Additional CPV code(s)

  • 22121000 - Technical publications
  • 22470000 - Manuals
  • 22471000 - Computer manuals
  • 22472000 - Instruction manuals
  • 22473000 - Technical manuals
  • 30237000 - Parts, accessories and supplies for computers
  • 30237100 - Parts of computers
  • 48218000 - License management software package
  • 48219000 - Miscellaneous networking software package
  • 50000000 - Repair and maintenance services
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50312000 - Maintenance and repair of computer equipment
  • 50312600 - Maintenance and repair of information technology equipment
  • 50312610 - Maintenance of information technology equipment
  • 50312620 - Repair of information technology equipment
  • 50320000 - Repair and maintenance services of personal computers
  • 50321000 - Repair services of personal computers
  • 50322000 - Maintenance services of personal computers
  • 50323000 - Maintenance and repair of computer peripherals
  • 50323100 - Maintenance of computer peripherals
  • 50324000 - Support services of personal computers
  • 50324100 - System maintenance services
  • 50324200 - Preventive maintenance services
  • 71621000 - Technical analysis or consultancy services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72100000 - Hardware consultancy services
  • 72120000 - Hardware disaster-recovery consultancy services
  • 72150000 - Computer audit consultancy and hardware consultancy services
  • 72212190 - Educational software development services
  • 72212200 - Networking, Internet and intranet software development services
  • 72212210 - Networking software development services
  • 72212214 - Network operating system software development services
  • 72212215 - Networking developers software development services
  • 72212218 - License management software development services
  • 72212219 - Miscellaneous networking software development services
  • 72212220 - Internet and intranet software development services
  • 72212221 - Internet browsing software development services
  • 72212222 - Web server software development services
  • 72212223 - Electronic mail software development services
  • 72212900 - Miscellaneous software development services and computer systems
  • 72220000 - Systems and technical consultancy services
  • 72222000 - Information systems or technology strategic review and planning services
  • 72222100 - Information systems or technology strategic review services
  • 72222200 - Information systems or technology planning services
  • 72222300 - Information technology services
  • 72224000 - Project management consultancy services
  • 72224100 - System implementation planning services
  • 72225000 - System quality assurance assessment and review services
  • 72227000 - Software integration consultancy services
  • 72228000 - Hardware integration consultancy services
  • 72246000 - Systems consultancy services
  • 72250000 - System and support services
  • 72251000 - Disaster recovery services
  • 72253000 - Helpdesk and support services
  • 72253100 - Helpdesk services
  • 72253200 - Systems support services
  • 72260000 - Software-related services
  • 72261000 - Software support services
  • 72263000 - Software implementation services
  • 72265000 - Software configuration services
  • 72266000 - Software consultancy services
  • 72267000 - Software maintenance and repair services
  • 72267100 - Maintenance of information technology software
  • 72268000 - Software supply services
  • 72300000 - Data services
  • 72310000 - Data-processing services
  • 72312100 - Data preparation services
  • 72313000 - Data capture services
  • 72314000 - Data collection and collation services
  • 72315000 - Data network management and support services
  • 72315100 - Data network support services
  • 72315200 - Data network management services
  • 72317000 - Data storage services
  • 72322000 - Data management services
  • 72412000 - Electronic mail service provider
  • 72413000 - World wide web (www) site design services
  • 72500000 - Computer-related services
  • 72510000 - Computer-related management services
  • 72511000 - Network management software services
  • 72540000 - Computer upgrade services
  • 72541000 - Computer expansion services
  • 72541100 - Memory expansion services
  • 72590000 - Computer-related professional services
  • 72591000 - Development of service level agreements
  • 72600000 - Computer support and consultancy services
  • 72610000 - Computer support services
  • 72611000 - Technical computer support services
  • 72700000 - Computer network services
  • 72710000 - Local area network services
  • 72720000 - Wide area network services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2: Support Services

Support Services is the overarching lot that includes the Support Services and Managed Service sub-lots, which includes managed services, service desk, problem management, asset management and third-party management.

To be successfully awarded a place on the overarching lot, Suppliers must provide responses to, and be successfully awarded a place on each sub-lot under that lot. Suppliers successfully awarded a place on this lot will be invited to tender for all Further Competitions for this lot and all its sub-lots but will not be invited to bid for the corresponding product or service in Lot 1 unless they bid on Lot 1.

There are 2 sub-lots:

Sub-lot 1: Support Services

Support Services is a sub-lot that will enable Contracting Authorities to procure a range of Support Services including Helpdesk Services, Remote Support and Monitoring, Onsite Support Services, and Ancillary Services.

Support Services is a sub-lot of Lot 2: Support Services. Contracting Authorities wishing to procure support services through Further Competition may choose to procure using Sub-lot 1: Support Services, the overarching Lot 2: Support Services, or Lot 1: Strategic services (the overarching lot that includes several other lots (depending on their other requirements). More information is available in EN-ICT-1021 ITT Vol 1 - Instruction and Guidance for Tenderers Phase 1 - Final.docx and EN-ICT-1021 ITT App 2 – Framework Lots - Final.xlsx.

Suppliers can be awarded a place on an individual sub-lot, the overarching lot, multiple lots, and sub-lots and/or all lots and sub-lots. If a supplier has been awarded a place on the overarching lot, they will be invited to tender for all Further Competitions for that lot and all its sub-lots. If a supplier has been awarded a place on a sub-lot, they will only be invited to tender for Further Competitions for that sub-lot.

Sub-lot 2: Managed Service

Managed Service is a sub-lot that will enable Contracting Authorities to procure a Managed Service including Helpdesk Services, Remote Support and Monitoring, Onsite Support Services, Ancillary Services, and Strategic Services including ICT strategy, Account Management, Contract Management services, and strategic advice, guidance, and support.

Managed Service is a sub-lot of Lot 2 Support Services. Contracting Authorities wishing to procure managed services through Further Competition may choose to procure using Sub-lot 2: Managed Service, the overarching Lot 2: Support Services, or Lot 1: Strategic services (the overarching lot that includes several other lots and sub-lots (depending on their other requirements). More information is available in EN-ICT-1021 ITT Vol 1 - Instruction and Guidance for Tenderers Phase 1 - Final.docx and EN-ICT-1021 ITT App 2 – Framework Lots - Final.xlsx.

Suppliers can be awarded a place on an individual sub-lot, the overarching lot, multiple lots, and sub-lots and/or all lots and sub-lots. If a supplier has been awarded a place on the overarching lot, they will be invited to tender for all Further Competitions for that lot and all its sub-lots. If a supplier has been awarded a place on a sub-lot, they will only be invited to tender for Further Competitions for that sub-lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50 - 70%

Quality criterion - Name: Social Value / Weighting: 0 - 10%

Cost criterion - Name: Cost / Weighting: 30 - 50%

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

two.2) Description

two.2.1) Title

Lot 1: Strategic Partnering Services (No sub-lots)

Lot No

1

two.2.2) Additional CPV code(s)

  • 72253000 - Helpdesk and support services
  • 72500000 - Computer-related services
  • 72600000 - Computer support and consultancy services
  • 22121000 - Technical publications
  • 22470000 - Manuals
  • 22471000 - Computer manuals
  • 22472000 - Instruction manuals
  • 22473000 - Technical manuals
  • 30211400 - Computer configurations
  • 71621000 - Technical analysis or consultancy services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72100000 - Hardware consultancy services
  • 72110000 - Hardware selection consultancy services
  • 72130000 - Computer-site planning consultancy services
  • 72140000 - Computer hardware acceptance testing consultancy services
  • 72150000 - Computer audit consultancy and hardware consultancy services
  • 72220000 - Systems and technical consultancy services
  • 72222000 - Information systems or technology strategic review and planning services
  • 72222100 - Information systems or technology strategic review services
  • 72222200 - Information systems or technology planning services
  • 72222300 - Information technology services
  • 72223000 - Information technology requirements review services
  • 72224000 - Project management consultancy services
  • 72224100 - System implementation planning services
  • 72224200 - System quality assurance planning services
  • 72225000 - System quality assurance assessment and review services
  • 72226000 - System software acceptance testing consultancy services
  • 72246000 - Systems consultancy services
  • 72250000 - System and support services
  • 72300000 - Data services
  • 72322000 - Data management services
  • 72510000 - Computer-related management services
  • 72590000 - Computer-related professional services
  • 72591000 - Development of service level agreements
  • 72800000 - Computer audit and testing services
  • 72810000 - Computer audit services
  • 72820000 - Computer testing services
  • 79418000 - Procurement consultancy services
  • 79419000 - Evaluation consultancy services
  • 79420000 - Management-related services
  • 79421000 - Project-management services other than for construction work
  • 79421100 - Project-supervision services other than for construction work
  • 79421200 - Project-design services other than for construction work
  • 30237000 - Parts, accessories and supplies for computers
  • 30237100 - Parts of computers
  • 48218000 - License management software package
  • 48219000 - Miscellaneous networking software package
  • 50000000 - Repair and maintenance services
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50312000 - Maintenance and repair of computer equipment
  • 50312600 - Maintenance and repair of information technology equipment
  • 50312610 - Maintenance of information technology equipment
  • 50312620 - Repair of information technology equipment
  • 50320000 - Repair and maintenance services of personal computers
  • 50321000 - Repair services of personal computers
  • 50322000 - Maintenance services of personal computers
  • 50323000 - Maintenance and repair of computer peripherals
  • 50323100 - Maintenance of computer peripherals
  • 50324000 - Support services of personal computers
  • 50324100 - System maintenance services
  • 50324200 - Preventive maintenance services
  • 72120000 - Hardware disaster-recovery consultancy services
  • 72212190 - Educational software development services
  • 72212200 - Networking, Internet and intranet software development services
  • 72212210 - Networking software development services
  • 72212214 - Network operating system software development services
  • 72212215 - Networking developers software development services
  • 72212218 - License management software development services
  • 72212219 - Miscellaneous networking software development services
  • 72212220 - Internet and intranet software development services
  • 72212221 - Internet browsing software development services
  • 72212223 - Electronic mail software development services
  • 72212900 - Miscellaneous software development services and computer systems
  • 72228000 - Hardware integration consultancy services
  • 72251000 - Disaster recovery services
  • 72253100 - Helpdesk services
  • 72253200 - Systems support services
  • 72260000 - Software-related services
  • 72261000 - Software support services
  • 72263000 - Software implementation services
  • 72265000 - Software configuration services
  • 72266000 - Software consultancy services
  • 72267000 - Software maintenance and repair services
  • 72310000 - Data-processing services
  • 72312100 - Data preparation services
  • 72313000 - Data capture services
  • 72314000 - Data collection and collation services
  • 72315000 - Data network management and support services
  • 72315100 - Data network support services
  • 72315200 - Data network management services
  • 72317000 - Data storage services
  • 72412000 - Electronic mail service provider
  • 72413000 - World wide web (www) site design services
  • 72511000 - Network management software services
  • 72540000 - Computer upgrade services
  • 72541000 - Computer expansion services
  • 72541100 - Memory expansion services
  • 72611000 - Technical computer support services
  • 72700000 - Computer network services
  • 72710000 - Local area network services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1: Strategic Partnering Services enables Contracting Authorities to procure a Strategic Partner to meet all their ICT needs including a full or hybrid managed service or support service, outsource planning, contractual management, tactical and strategic support, partnering services and value-add, and Net Zero and low carbon support, as well as a combination of/or all products and services that can be procured using the other framework lots/sub-lots.

To be successfully awarded a place on Lot 1: Strategic Partnering Services, Suppliers should answer all questions in this lot. Suppliers wishing to be awarded a place on all framework lots and sub-lots are required to provide responses for each individual lot including lot 1. If successful, they will be invited to bid on the Further Competitions for all Contracting Authorities using the framework. Questions AQ2 – AQ14 in Lot 1 correspond to the lots on the framework. When responding to Lot 1, Bidders who have provided responses to one or more individual lots and/or sub-lots may refer to the answers provided in those sub-lots. They will only be required to provide the additional information requested in these questions. More information is available in EN-ICT-1021 ITT Vol 1 - Instruction and Guidance for Tenderers Phase 1 - Final.docx and EN-ICT-1021 ITT App 2 – Framework Lots – Final.xlsx.

Suppliers bidding on Lot 1.1: AET Further Competition and/or Lot 1.2: TEFAT Further Competition must respond to Lot 1: Strategic Partnering Services as well as Lot 1.1 and/or Lot 1.2. They will only be considered for the Sponsors’ Further Competition lots if they have successfully been awarded a place on Lot 1.

This lot has no sub-lots.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50 - 70%

Quality criterion - Name: Social Value / Weighting: 0 - 10%

Cost criterion - Name: Cost / Weighting: 30 - 50%

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

two.2) Description

two.2.1) Title

Lot 2 Sub-lot 1: Support Services - Support Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 22121000 - Technical publications
  • 22470000 - Manuals
  • 22471000 - Computer manuals
  • 22472000 - Instruction manuals
  • 22473000 - Technical manuals
  • 30237000 - Parts, accessories and supplies for computers
  • 30237100 - Parts of computers
  • 50000000 - Repair and maintenance services
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50312000 - Maintenance and repair of computer equipment
  • 50312600 - Maintenance and repair of information technology equipment
  • 50312610 - Maintenance of information technology equipment
  • 50312620 - Repair of information technology equipment
  • 50320000 - Repair and maintenance services of personal computers
  • 50321000 - Repair services of personal computers
  • 50322000 - Maintenance services of personal computers
  • 50323000 - Maintenance and repair of computer peripherals
  • 50323100 - Maintenance of computer peripherals
  • 50324000 - Support services of personal computers
  • 50324100 - System maintenance services
  • 50324200 - Preventive maintenance services
  • 72220000 - Systems and technical consultancy services
  • 72222300 - Information technology services
  • 72250000 - System and support services
  • 72253000 - Helpdesk and support services
  • 72253100 - Helpdesk services
  • 72253200 - Systems support services
  • 72261000 - Software support services
  • 72263000 - Software implementation services
  • 72265000 - Software configuration services
  • 72266000 - Software consultancy services
  • 72267000 - Software maintenance and repair services
  • 72267100 - Maintenance of information technology software
  • 72268000 - Software supply services
  • 72300000 - Data services
  • 72310000 - Data-processing services
  • 72500000 - Computer-related services
  • 72510000 - Computer-related management services
  • 72511000 - Network management software services
  • 72540000 - Computer upgrade services
  • 72541000 - Computer expansion services
  • 72541100 - Memory expansion services
  • 72590000 - Computer-related professional services
  • 72600000 - Computer support and consultancy services
  • 72610000 - Computer support services
  • 72611000 - Technical computer support services
  • 72700000 - Computer network services
  • 72710000 - Local area network services
  • 72720000 - Wide area network services
  • 48218000 - License management software package
  • 48219000 - Miscellaneous networking software package
  • 71621000 - Technical analysis or consultancy services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72100000 - Hardware consultancy services
  • 72120000 - Hardware disaster-recovery consultancy services
  • 72150000 - Computer audit consultancy and hardware consultancy services
  • 72222000 - Information systems or technology strategic review and planning services
  • 72222100 - Information systems or technology strategic review services
  • 72222200 - Information systems or technology planning services
  • 72224100 - System implementation planning services
  • 72224000 - Project management consultancy services
  • 72246000 - Systems consultancy services
  • 72227000 - Software integration consultancy services
  • 72228000 - Hardware integration consultancy services
  • 72251000 - Disaster recovery services
  • 72260000 - Software-related services
  • 72312100 - Data preparation services
  • 72313000 - Data capture services
  • 72314000 - Data collection and collation services
  • 72315000 - Data network management and support services
  • 72315100 - Data network support services
  • 72315200 - Data network management services
  • 72317000 - Data storage services
  • 72322000 - Data management services
  • 72412000 - Electronic mail service provider
  • 72413000 - World wide web (www) site design services
  • 72591000 - Development of service level agreements

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This is a sub-lot of lot 2: Support Services

Sub-lot 1: Support Services

Support Services is a sub-lot that will enable Contracting Authorities to procure a range of Support Services including Helpdesk Services, Remote Support and Monitoring, Onsite Support Services, and Ancillary Services.

Support Services is a sub-lot of Lot 2: Support Services. Contracting Authorities wishing to procure support services through Further Competition may choose to procure using Sub-lot 1: Support Services, the overarching Lot 2: Support Services, or Lot 1: Strategic services (the overarching lot that includes several other lots (depending on their other requirements). More information is available in EN-ICT-1021 ITT Vol 1 - Instruction and Guidance for Tenderers Phase 1 - Final.docx and EN-ICT-1021 ITT App 2 – Framework Lots - Final.xlsx.

Suppliers can be awarded a place on an individual sub-lot, the overarching lot, multiple lots, and sub-lots and/or all lots and sub-lots. If a supplier has been awarded a place on the overarching lot, they will be invited to tender for all Further Competitions for that lot and all its sub-lots. If a supplier has been awarded a place on a sub-lot, they will only be invited to tender for Further Competitions for that sub-lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50 - 70%

Quality criterion - Name: Social Value / Weighting: 0 - 10%

Cost criterion - Name: Cost / Weighting: 30 - 50%

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

two.2) Description

two.2.1) Title

Lot 2 Sub-lot 2: Support Services - Managed Service

Lot No

4

two.2.2) Additional CPV code(s)

  • 22121000 - Technical publications
  • 22470000 - Manuals
  • 22471000 - Computer manuals
  • 22472000 - Instruction manuals
  • 22473000 - Technical manuals
  • 30237000 - Parts, accessories and supplies for computers
  • 30237100 - Parts of computers
  • 48218000 - License management software package
  • 48219000 - Miscellaneous networking software package
  • 50000000 - Repair and maintenance services
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50312000 - Maintenance and repair of computer equipment
  • 50312600 - Maintenance and repair of information technology equipment
  • 50312610 - Maintenance of information technology equipment
  • 50312620 - Repair of information technology equipment
  • 50320000 - Repair and maintenance services of personal computers
  • 50321000 - Repair services of personal computers
  • 50322000 - Maintenance services of personal computers
  • 50323000 - Maintenance and repair of computer peripherals
  • 50323100 - Maintenance of computer peripherals
  • 50324000 - Support services of personal computers
  • 50324100 - System maintenance services
  • 50324200 - Preventive maintenance services
  • 71621000 - Technical analysis or consultancy services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72100000 - Hardware consultancy services
  • 72120000 - Hardware disaster-recovery consultancy services
  • 72150000 - Computer audit consultancy and hardware consultancy services
  • 72212190 - Educational software development services
  • 72212200 - Networking, Internet and intranet software development services
  • 72212210 - Networking software development services
  • 72212214 - Network operating system software development services
  • 72212215 - Networking developers software development services
  • 72212218 - License management software development services
  • 72212219 - Miscellaneous networking software development services
  • 72212220 - Internet and intranet software development services
  • 72212221 - Internet browsing software development services
  • 72212223 - Electronic mail software development services
  • 72212900 - Miscellaneous software development services and computer systems
  • 72220000 - Systems and technical consultancy services
  • 72222000 - Information systems or technology strategic review and planning services
  • 72222100 - Information systems or technology strategic review services
  • 72222200 - Information systems or technology planning services
  • 72222300 - Information technology services
  • 72224000 - Project management consultancy services
  • 72224100 - System implementation planning services
  • 72225000 - System quality assurance assessment and review services
  • 72227000 - Software integration consultancy services
  • 72228000 - Hardware integration consultancy services
  • 72246000 - Systems consultancy services
  • 72250000 - System and support services
  • 72251000 - Disaster recovery services
  • 72253000 - Helpdesk and support services
  • 72253100 - Helpdesk services
  • 72253200 - Systems support services
  • 72260000 - Software-related services
  • 72261000 - Software support services
  • 72263000 - Software implementation services
  • 72265000 - Software configuration services
  • 72266000 - Software consultancy services
  • 72267000 - Software maintenance and repair services
  • 72267100 - Maintenance of information technology software
  • 72268000 - Software supply services
  • 72310000 - Data-processing services
  • 72312100 - Data preparation services
  • 72313000 - Data capture services
  • 72314000 - Data collection and collation services
  • 72315000 - Data network management and support services
  • 72315100 - Data network support services
  • 72315200 - Data network management services
  • 72317000 - Data storage services
  • 72322000 - Data management services
  • 72412000 - Electronic mail service provider
  • 72413000 - World wide web (www) site design services
  • 72500000 - Computer-related services
  • 72510000 - Computer-related management services
  • 72511000 - Network management software services
  • 72540000 - Computer upgrade services
  • 72541000 - Computer expansion services
  • 72541100 - Memory expansion services
  • 72590000 - Computer-related professional services
  • 72591000 - Development of service level agreements
  • 72600000 - Computer support and consultancy services
  • 72610000 - Computer support services
  • 72611000 - Technical computer support services
  • 72700000 - Computer network services
  • 72710000 - Local area network services
  • 72720000 - Wide area network services
  • 72212222 - Web server software development services
  • 72300000 - Data services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This is a sub-lot of Lot 2: Support Services

Sub-lot 2: Managed Service

Managed Service is a sub-lot that will enable Contracting Authorities to procure a Managed Service including Helpdesk Services, Remote Support and Monitoring, Onsite Support Services, Ancillary Services, and Strategic Services including ICT strategy, Account Management, Contract Management services, and strategic advice, guidance, and support.

Managed Service is a sub-lot of Lot 2 Support Services. Contracting Authorities wishing to procure managed services through Further Competition may choose to procure using Sub-lot 2: Managed Service, the overarching Lot 2: Support Services, or Lot 1: Strategic services (the overarching lot that includes several other lots and sub-lots (depending on their other requirements). More information is available in EN-ICT-1021 ITT Vol 1 - Instruction and Guidance for Tenderers Phase 1 - Final.docx and EN-ICT-1021 ITT App 2 – Framework Lots - Final.xlsx.

Suppliers can be awarded a place on an individual sub-lot, the overarching lot, multiple lots, and sub-lots and/or all lots and sub-lots. If a supplier has been awarded a place on the overarching lot, they will be invited to tender for all Further Competitions for that lot and all its sub-lots. If a supplier has been awarded a place on a sub-lot, they will only be invited to tender for Further Competitions for that sub-lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50 - 70%

Quality criterion - Name: Social Value / Weighting: 0 - 10%

Cost criterion - Name: Cost / Weighting: 30 - 50%

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

two.2) Description

two.2.1) Title

Lot 1.1: Academies Enterprise Trust (AET) Further Competition

Lot No

16

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support
  • 22121000 - Technical publications
  • 22470000 - Manuals
  • 22473000 - Technical manuals
  • 30237100 - Parts of computers
  • 48219000 - Miscellaneous networking software package
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50312000 - Maintenance and repair of computer equipment
  • 50312600 - Maintenance and repair of information technology equipment
  • 50312610 - Maintenance of information technology equipment
  • 50312620 - Repair of information technology equipment
  • 50320000 - Repair and maintenance services of personal computers
  • 50321000 - Repair services of personal computers
  • 50322000 - Maintenance services of personal computers
  • 50323000 - Maintenance and repair of computer peripherals
  • 50324000 - Support services of personal computers
  • 71621000 - Technical analysis or consultancy services
  • 72100000 - Hardware consultancy services
  • 72120000 - Hardware disaster-recovery consultancy services
  • 72220000 - Systems and technical consultancy services
  • 72222000 - Information systems or technology strategic review and planning services
  • 72222100 - Information systems or technology strategic review services
  • 72222200 - Information systems or technology planning services
  • 72222300 - Information technology services
  • 72224000 - Project management consultancy services
  • 72224100 - System implementation planning services
  • 72225000 - System quality assurance assessment and review services
  • 72227000 - Software integration consultancy services
  • 72228000 - Hardware integration consultancy services
  • 72246000 - Systems consultancy services
  • 72250000 - System and support services
  • 72251000 - Disaster recovery services
  • 72253000 - Helpdesk and support services
  • 72253100 - Helpdesk services
  • 72253200 - Systems support services
  • 72260000 - Software-related services
  • 72261000 - Software support services
  • 72263000 - Software implementation services
  • 72265000 - Software configuration services
  • 72266000 - Software consultancy services
  • 72267000 - Software maintenance and repair services
  • 72267100 - Maintenance of information technology software
  • 72268000 - Software supply services
  • 72314000 - Data collection and collation services
  • 72315000 - Data network management and support services
  • 72315100 - Data network support services
  • 72315200 - Data network management services
  • 72317000 - Data storage services
  • 72322000 - Data management services
  • 72500000 - Computer-related services
  • 72510000 - Computer-related management services
  • 72511000 - Network management software services
  • 72540000 - Computer upgrade services
  • 72541000 - Computer expansion services
  • 72541100 - Memory expansion services
  • 72590000 - Computer-related professional services
  • 72591000 - Development of service level agreements
  • 72600000 - Computer support and consultancy services
  • 72610000 - Computer support services
  • 72611000 - Technical computer support services
  • 72700000 - Computer network services
  • 72710000 - Local area network services
  • 72720000 - Wide area network services
  • 50323100 - Maintenance of computer peripherals
  • 50324100 - System maintenance services
  • 50324200 - Preventive maintenance services
  • 72150000 - Computer audit consultancy and hardware consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1.1: AET Further Competition

This is the Further competition for Academies Enterprise Trust (AET) based on Lot 1: Strategic Partnering Services and trust specific requirements to procure a Strategic Partner. This Further Competition will be run concurrently with the other framework lots, but suppliers will only be considered for this lot if they have been successfully awarded a place on Lot 1: Strategic Partnering Services.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 65%

Cost criterion - Name: Cost / Weighting: 35%

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

two.2) Description

two.2.1) Title

Lot 1.2: The Elliot Foundation Trust (TEFAT) Further Competition

Lot No

17

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support
  • 22121000 - Technical publications
  • 22470000 - Manuals
  • 22473000 - Technical manuals
  • 30237000 - Parts, accessories and supplies for computers
  • 30237100 - Parts of computers
  • 48219000 - Miscellaneous networking software package
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50312000 - Maintenance and repair of computer equipment
  • 50312600 - Maintenance and repair of information technology equipment
  • 50312610 - Maintenance of information technology equipment
  • 50312620 - Repair of information technology equipment
  • 50320000 - Repair and maintenance services of personal computers
  • 50321000 - Repair services of personal computers
  • 50322000 - Maintenance services of personal computers
  • 50323000 - Maintenance and repair of computer peripherals
  • 50323100 - Maintenance of computer peripherals
  • 50324000 - Support services of personal computers
  • 50324100 - System maintenance services
  • 50324200 - Preventive maintenance services
  • 71621000 - Technical analysis or consultancy services
  • 72100000 - Hardware consultancy services
  • 72120000 - Hardware disaster-recovery consultancy services
  • 72150000 - Computer audit consultancy and hardware consultancy services
  • 72220000 - Systems and technical consultancy services
  • 72222000 - Information systems or technology strategic review and planning services
  • 72222100 - Information systems or technology strategic review services
  • 72222200 - Information systems or technology planning services
  • 72222300 - Information technology services
  • 72224000 - Project management consultancy services
  • 72224100 - System implementation planning services
  • 72225000 - System quality assurance assessment and review services
  • 72227000 - Software integration consultancy services
  • 72228000 - Hardware integration consultancy services
  • 72246000 - Systems consultancy services
  • 72250000 - System and support services
  • 72251000 - Disaster recovery services
  • 72253000 - Helpdesk and support services
  • 72253100 - Helpdesk services
  • 72253200 - Systems support services
  • 72260000 - Software-related services
  • 72261000 - Software support services
  • 72263000 - Software implementation services
  • 72265000 - Software configuration services
  • 72266000 - Software consultancy services
  • 72267000 - Software maintenance and repair services
  • 72267100 - Maintenance of information technology software
  • 72268000 - Software supply services
  • 72314000 - Data collection and collation services
  • 72315000 - Data network management and support services
  • 72315100 - Data network support services
  • 72315200 - Data network management services
  • 72317000 - Data storage services
  • 72322000 - Data management services
  • 72500000 - Computer-related services
  • 72510000 - Computer-related management services
  • 72540000 - Computer upgrade services
  • 72541000 - Computer expansion services
  • 72541100 - Memory expansion services
  • 72590000 - Computer-related professional services
  • 72591000 - Development of service level agreements
  • 72600000 - Computer support and consultancy services
  • 72610000 - Computer support services
  • 72611000 - Technical computer support services
  • 72700000 - Computer network services
  • 72710000 - Local area network services
  • 72720000 - Wide area network services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1.2: TEFAT Further Competition

This is the Further competition for The Elliot Foundation Trust (TEFAT) based on Lot 1: Strategic Partnering Services and trust specific requirements to procure a Strategic Partner. This Further Competition will be run concurrently with the other framework lots, but suppliers will only be considered for this lot if they have been successfully awarded a place on Lot 1: Strategic Partnering Services.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Cost criterion - Name: Cost / Weighting: 30%

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 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

four.1.6) Information about electronic auction

An electronic auction will be used

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 000-027637


Section five. Award of contract

Lot No

1

Title

Lot 1: Strategic Partnering Services (No sub-lots)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 March 2022

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from other EU Member States: 6

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Sweethaven Limited

Sweethaven House, 1a Trehaven Parade

Reigate

RH2 7LL

Telephone

+44 7590017913

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Joskos Solutions

611 Highgate Studios, Highgate Road

London

NW51TL

Telephone

+44 2074246960

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Dataspire Solutions Ltd

Lowry Mill, Lees Street

Manchester

M27 6DB

Telephone

+44 3456031233

Country

United Kingdom

NUTS code
  • UKD3 - Greater Manchester
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Medhurst Communications Limited

17 Brunel Way, Segensworth East

Fareham

PO15 5TX

Telephone

+99 1489563000

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

RM Education Ltd

142B Park Drive, Milton Park

Abingdon

OX14 4SE

Telephone

+44 8450700300

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Specialist Computer Centres SCC

James House, Warwick Road, Tyseley

Birmingham/West Midlands

B11 2LE

Telephone

+44 8453550101

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

3

Title

Lot 2 Sub-lot 1: Support Services - Support Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 March 2022

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 8

Number of tenders received from tenderers from other EU Member States: 12

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Savvy IT Limited

Suite 118 , iCenter, Howard Way

Newport Pagnell

MK16 9PY

Telephone

+44 7828955189

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Praestantia Technology

Suite 4, The Courtyard

Taunton

TA41EQ

Telephone

+99 3301244731

Country

United Kingdom

NUTS code
  • UKK23 - Somerset
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

EasiPC Services Ltd

28 Charter Gate, Quarry Park Close Moulton Park

Northampton, Northamptonshire

NN3 6QB

Telephone

+99 1604286682

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Sweethaven Limited

Sweethaven House, 1a Trehaven Parade

Reigate

RH2 7LL

Telephone

+99 7590017913

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Academia Ltd

Unit 1, Progression Centre , Mark Road

Hemel Hempstead

HP2 7DW

Telephone

+99 1992703900

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Joskos Solutions

611 Highgate Studios, Highgate Road

London

NW51TL

Telephone

+99 2074246960

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Specialist Computer Centres SCC

James House, Warwick Road, Tyseley

Birmingham/West Midlands

B11 2LE

Telephone

+44 8453550101

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Turn IT On Ltd

Unit 1F, Network Point, Range Road

Witney

OX29 0YN

Telephone

+99 1865597620

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Dataspire Solutions Ltd

Lowry Mill, Lees Street

Manchester

M27 6DB

Telephone

+99 3456031233

Country

United Kingdom

NUTS code
  • UKD3 - Greater Manchester
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Medhurst Communications Limited

17 Brunel Way, Segensworth East

Fareham

PO15 5TX

Telephone

+99 1489563000

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Telefónica Tech

Concourse Building 3, Queens Road

Belfast

BT3 9DT

Telephone

+44 2890454433

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Dataspire Solutions Ltd

Lowry Mill, Lees Street

Manchester

M27 6DB

Telephone

+99 3456031233

Country

United Kingdom

NUTS code
  • UKD36 - Greater Manchester North West
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

RM Education Ltd

142B Park Drive, Milton Park

Abingdon

OX14 4SE

Telephone

+99 8450700300

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £100,000,000


Section five. Award of contract

Lot No

4

Title

Lot 2 Sub-lot 2: Support Services - Managed Service

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 March 2022

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 8

Number of tenders received from tenderers from other EU Member States: 12

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Savvy IT Limited

Suite 118 , iCenter, Howard Way

Newport Pagnell

MK16 9PY

Telephone

+99 7828955189

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Praestantia Technology

Suite 4, The Courtyard

Taunton

TA41EQ

Telephone

+99 3301244731

Country

United Kingdom

NUTS code
  • UKK23 - Somerset
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Sweethaven Limited

Sweethaven House, 1a Trehaven Parade

Reigate

RH2 7LL

Telephone

+99 7590017913

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Academia Ltd

Unit 1, Progression Centre , Mark Road

Hemel Hempstead

HP2 7DW

Telephone

+99 1992703900

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Joskos Solutions

611 Highgate Studios, Highgate Road

London

NW51TL

Telephone

+99 2074246960

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Specialist Computer Centres SCC

James House, Warwick Road, Tyseley

Birmingham/West Midlands

B11 2LE

Telephone

+44 8453550101

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Turn IT On Ltd

Unit 1F, Network Point, Range Road

Witney

OX29 0YN

Telephone

+99 1865597620

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Dataspire Solutions Ltd

Lowry Mill, Lees Street

Manchester

M27 6DB

Telephone

+99 3456031233

Country

United Kingdom

NUTS code
  • UKD3 - Greater Manchester
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Medhurst Communications Limited

17 Brunel Way, Segensworth East

Fareham

PO15 5TX

Telephone

+99 1489563000

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Telefónica Tech

Concourse Building 3, Queens Road

Belfast

BT3 9DT

Telephone

+44 2890454433

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Dataspire Solutions Ltd

Lowry Mill, Lees Street

Manchester

M27 6DB

Telephone

+99 3456031233

Country

United Kingdom

NUTS code
  • UKD36 - Greater Manchester North West
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

RM Education Ltd

142B Park Drive, Milton Park

Abingdon

OX14 4SE

Telephone

+99 8450700300

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £100,000,000


Section five. Award of contract

Lot No

2

Title

Lot 2: Support Services (Overarching lot)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 March 2022

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 8

Number of tenders received from tenderers from other EU Member States: 12

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Savvy IT Limited

Suite 118 , iCenter, Howard Way

Newport Pagnell

MK16 9PY

Telephone

+99 7828955189

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Praestantia Technology

Suite 4, The Courtyard

Taunton

TA41EQ

Telephone

+99 3301244731

Country

United Kingdom

NUTS code
  • UKK23 - Somerset
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Sweethaven Limited

Sweethaven House, 1a Trehaven Parade

Reigate

RH2 7LL

Telephone

+99 7590017913

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Academia Ltd

Unit 1, Progression Centre , Mark Road

Hemel Hempstead

HP2 7DW

Telephone

+99 1992703900

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Joskos Solutions

611 Highgate Studios, Highgate Road

London

NW51TL

Telephone

+99 2074246960

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Specialist Computer Centres SCC

James House, Warwick Road, Tyseley

Birmingham/West Midlands

B11 2LE

Telephone

+44 8453550101

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Turn IT On Ltd

Unit 1F, Network Point, Range Road

Witney

OX29 0YN

Telephone

+99 1865597620

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Dataspire Solutions Ltd

Lowry Mill, Lees Street

Manchester

M27 6DB

Telephone

+99 3456031233

Country

United Kingdom

NUTS code
  • UKD3 - Greater Manchester
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Medhurst Communications Limited

17 Brunel Way, Segensworth East

Fareham

PO15 5TX

Telephone

+99 1489563000

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Telefónica Tech

Concourse Building 3, Queens Road

Belfast

BT3 9DT

Telephone

+44 2890454433

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Dataspire Solutions Ltd

Lowry Mill, Lees Street

Manchester

M27 6DB

Telephone

+99 3456031233

Country

United Kingdom

NUTS code
  • UKD36 - Greater Manchester North West
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

RM Education Ltd

142B Park Drive, Milton Park

Abingdon

OX14 4SE

Telephone

+99 8450700300

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £100,000,000


Section five. Award of contract

Lot No

16

Title

Lot 1.1: Academies Enterprise Trust (AET) Further Competition

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 July 2022

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 2

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

RM Education Ltd

142B Park Drive, Milton Park

Abingdon

OX14 4SE

Telephone

+99 8450700300

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £5,000,000


Section five. Award of contract

Lot No

17

Title

Lot 1.2: The Elliot Foundation Trust (TEFAT) Further Competition

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 August 2022

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 3

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

RM Education Ltd

142B Park Drive, Milton Park

Abingdon

OX14 4SE

Telephone

+99 8450700300

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £5,000,000


Section six. Complementary information

six.3) Additional information

The marked up versions of EN-ICT-1021 ITT Vol 6.1 Managed Services Contract and Guidance Notes - Final.docx for TEFAT and AET will be uploaded in a few days.

(MT Ref:227050)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit