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
geoff.chandler@moxton-education.com
Telephone
+44 1400272408
Country
United Kingdom
NUTS code
UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Internet address(es)
Main address
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