Tender

First Federation Trust - ICT Managed Service

  • First Federation Trust

F02: Contract notice

Notice identifier: 2024/S 000-023436

Procurement identifier (OCID): ocds-h6vhtk-048512

Published 26 July 2024, 2:42pm



The closing date and time has been changed to:

27 August 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

First Federation Trust

Blackpool CE Primary School, Summerhill Road

Newton Abbot

TQ12 6JB

Contact

Amanda Gavin

Email

amanda.gavin@firstfederation.org.uk

Telephone

+44 1626244920

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.firstfederation.org

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43212

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk

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

First Federation Trust - ICT Managed Service

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

First Federation Trust wishes to engage a single contractor to supply an ICT Managed Service and associated project implementation and training services across all sites within the Trust.

This procurement involves the delivery of ICT across all the schools as part of a joined up programme of work, whilst at the same time being able to be flexible to deal with ad-hoc purchases and small projects that individual schools may need from time to time – all to a set of standards. At the same time a high quality managed service needs to be consistently delivered.

two.1.5) Estimated total value

Value excluding VAT: £5,200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72222300 - Information technology services
  • 72222200 - Information systems or technology planning services
  • 72224100 - System implementation planning services
  • 72253000 - Helpdesk and support services
  • 72253100 - Helpdesk services
  • 72253200 - Systems support services
  • 72261000 - Software support services
  • 72267200 - Repair of information technology software
  • 72315200 - Data network management services
  • 72510000 - Computer-related management services
  • 72540000 - Computer upgrade services
  • 72541000 - Computer 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
  • 72500000 - Computer-related services

two.2.3) Place of performance

NUTS codes
  • UKK4 - Devon
  • UKK25 - Dorset
Main site or place of performance

The First Federation Trust, Blackpool CE Primary School, Liverton, Newton Abbot, TQ12 6JB

two.2.4) Description of the procurement

Given the value involved and the critical nature of ICT to support teaching learning and management it is vital the Trust and whoever it chooses to work with to deliver both an ICT Managed Service and associated projects establishes an operating model that not only works for both parties but also delivers both to time and understanding the nuances of working in an educational environment.

As bidders will see from the information provided it is absolutely clear that this procurement is all about delivery of ICT across all the schools as part of a joined up programme of work, whilst at the same time being able to be flexible to deal with ad-hoc purchases and small projects that individual schools may need from time to time– all to a set of standards. At the same time a high quality managed service needs to be consistently delivered. It is therefore critical that all parties know what is going on when and whilst formal monthly reporting is clearly a key necessity so is establishing an effective operating model that is resourced at the right times with the right people who can interface with both staff at Trust and school level.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60.8

Price - Weighting: 39.2

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

There will be an option to extend for a period of up to a further twelve (12) months.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

As per the information contained within the procurement documents.

All compliant bids from companies who are deemed to also be financially stable will be invited to the second stage of the tendering process.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Trust has an expectation to procure all the hardware and software it needs through the chosen bidder so long as a satisfactory method to show value for money can be agreed so as to assure the Trust that it is securing best value and is a compliant procurement process.

Although for large volume and/or high value requirements the Trust reserves the right to procure separately and potentially through established public sector buying organisation frameworks.

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

As per the information contained in the Selection Questionnaire

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.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

ICT Managed Service Provider with the following accreditations:

Cyber Essentials (CE)

three.2.2) Contract performance conditions

As per the Service Level Agreement Table in the Award Questionnaire


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

26 August 2024

Local time

12:00pm

Changed to:

Date

27 August 2024

Local time

12:00pm

See the change notice.

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

19 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: No

six.3) Additional information

The MSP Tender also includes the option to procure IT Hardware.

The estimated contract value is therefore made up of capital and revenue expenditure over the 5 year contract term.

In addition, the contract is to enable schools which join the Trust to be included in the contract, therefore has allowed for an additional 21 schools over the term.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=232374.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:232374)

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

six.4.2) Body responsible for mediation procedures

First Federation Trust

Blackpool CE Primary School, Liverton

Newton Abbot

TQ12 6JB

Email

amanda.gavin@firstfederation.org.uk

Telephone

+44 1626244920

Country

United Kingdom

Internet address

https://www.firstfederation.org

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

First Federation Trust

Blackpool CE Primary School, Liverton

Newton Abbot

TQ12 6JB

Email

amanda.gavin@firstfederation.org.uk

Telephone

+44 1626244920

Country

United Kingdom

Internet address

https://www.firstfederation.org