Opportunity

ODBST - Communications & Security Partner

  • Oxford Diocesan Bucks Schools Trust

F02: Contract notice

Notice reference: 2021/S 000-021817

Published 3 September 2021, 8:26am



Section one: Contracting authority

one.1) Name and addresses

Oxford Diocesan Bucks Schools Trust

Moat Farm, Marsh Lane,

Stoke Mandeville

HP22 5UZ

Contact

Geoff Chandler

Email

geoff.chandler@moxton-education.com

Telephone

+44 1400272408

Country

United Kingdom

NUTS code

UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

Internet address(es)

Main address

https://www.odbst.org.uk

one.3) Communication

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

https://www.odbst.org.uk/page/?title=Procurement&pid=89

Additional information can be obtained from the above-mentioned address

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

ODBST - Communications & Security Partner

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

This procurement encompasses the items noted below. In essence, this procurement is all about identifying a single supplier to provide a package of services relating to communication and online safety and security. At the sole discretion of the Trust any future schools that the Trust may incorporate into the Trust will also be added to the ICT contract. Any additional schools will co-terminate to the end same end date of the initial contract.

Further details regarding timescales are noted below but in summary this is advertised as a maximum 5 year service with start and end dates as follows:

• Service start date - As soon as possible, but at the latest 1st April 2022

• Service end date - 31st March 2027

These dates are related to the fact that the Trust/Academies will move to what is expected to be a new cloud based MIS from the 1st April 2022 and within these timescales it will also address a real need to update telephony and give a consistent and appropriate approach to security.

The new communications service will also support a range of other technology projects to go ahead during the summer break of 2022, which will be carried out across the Trust by the new Managed Service Provider.

The companies identified from these shortlisting questions to receive the ITT will then receive a detailed set of requirements. For the purposes of this shortlisting stage bidders should assume that the ITT will include, but not be limited to;

• A managed WAN service to connect schools anywhere in England

• A broadband service for each school based on synchronous connectivity

• A 'failover' line

• A firewalled service

• Filtering of Trust owned devices away from schools eg staff / pupil laptops

• An Education compliant internet filtering service

• Reporting of online activity service to support Safeguarding

• A Managed VoIP telephony service for each school to an agreed number of handsets each

• Support and maintenance service

• Full end to end single SLA approach

• Management of any 3rd parties required to provide the service

• Relevant monitoring, management and reporting

• Full installation and transition service

• Value added services

• Technical interface into the Trusts outsourced and internal support provision until the 31st March then the Trust new single outsourced supplier from 1st April 2022

Bidders should note the following;

• The Trust will provide a standard contract as part of the ITT Pack

• There will be no requirement for TUPE

Further details about the solution requirements will be provided to those bidders who are shortlisted to receive the ITT pack.

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72410000 - Provider services
  • 80500000 - Training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This procurement encompasses the items noted below. In essence, this procurement is all about identifying a single supplier to provide a package of services relating to communication and online safety and security. At the sole discretion of the Trust any future schools that the Trust may incorporate into the Trust will also be added to the ICT contract. Any additional schools will co-terminate to the end same end date of the initial contract.

Further details regarding timescales are noted below but in summary this is advertised as a maximum 5 year service with start and end dates as follows:

• Service start date - As soon as possible, but at the latest 1st April 2022

• Service end date - 31st March 2027

These dates are related to the fact that the Trust/Academies will move to what is expected to be a new cloud based MIS from the 1st April 2022 and within these timescales it will also address a real need to update telephony and give a consistent and appropriate approach to security.

The new communications service will also support a range of other technology projects to go ahead during the summer break of 2022, which will be carried out across the Trust by the new Managed Service Provider.

The companies identified from these shortlisting questions to receive the ITT will then receive a detailed set of requirements. For the purposes of this shortlisting stage bidders should assume that the ITT will include, but not be limited to;

• A managed WAN service to connect schools anywhere in England

• A broadband service for each school based on synchronous connectivity

• A 'failover' line

• A firewalled service

• Filtering of Trust owned devices away from schools eg staff / pupil laptops

• An Education compliant internet filtering service

• Reporting of online activity service to support Safeguarding

• A Managed VoIP telephony service for each school to an agreed number of handsets each

• Support and maintenance service

• Full end to end single SLA approach

• Management of any 3rd parties required to provide the service

• Relevant monitoring, management and reporting

• Full installation and transition service

• Value added services

• Technical interface into the Trusts outsourced and internal support provision until the 31st March then the Trust new single outsourced supplier from 1st April 2022

Bidders should note the following;

• The Trust will provide a standard contract as part of the ITT Pack

• There will be no requirement for TUPE

Further details about the solution requirements will be provided to those bidders who are shortlisted to receive the ITT pack.

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: £500,000

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

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

Accelerated procedure

Justification:

This procurement is being undertaken using the Negotiated Procedure with accelerated timescales. This is being justified due to the fact that the service must be in place by early 2022 to enable effective testing and then use of cloud based systems which must have been transitioned to by the 31st March 2022 to enable continuity of education from 1st April 2022. Given the COVID-19 situation the main telecommunication providers have given notice that there may well be disruption to their normal implementation timeframes and thus orders need to be placed as soon as possible. The Trust therefore need to de-risk this situation and be in a position to place orders as soon as possible and therefore the justifiable reason to utilise accelerated timescales.

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

17 September 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

28 September 2021

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


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Oxford Diocesan Bucks Schools Trust

Stoke Mandeville

HP22 5UZ

Country

United Kingdom