Section one: Contracting authority
one.1) Name and addresses
Education Village Academy Trust
Salters Lane
Darlington
DL1 2AN
Contact
Geoff Chandler
geoff.chandler@moxton-education.com
Telephone
+44 1400272408
Country
United Kingdom
NUTS code
UKC13 - Darlington
Internet address(es)
Main address
https://www.educationvillage.org.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.educationvillage.org.uk/guidance-and-policies/
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
Education Village Academy Trust - 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
This procurement is all about identifying a single supplier to provide a fully outsourced managed service to the Trust. 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 - 21st February 2022 (First Day of Spring Half Term)
• Service end date - 20th February 2027
The new Managed service provider will also deliver a range of technology and change management projects to go ahead as soon as possible to both stabilise, address historic under investment in ICT and move to a predominantly cloud/off-site environment. It is envisaged the main part of this will be complete by the end of the Summer of 2022. Going forward there may well also be opportunity to include wider communications infrastructure into the deliverables under the same contract - The FTS advertisement takes note of this.
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;
• strategic advice and direction to the Trust regarding ICT
• a core 50 week service
• service desk
• local staffing that bidders deem necessary to deliver the SLA
• responsibility for design, specification, installation and management of all ICT infrastructure
• supply of goods and services based on an agreed Best Value (BV) approach
• management of all ICT against an agreed SLA
• management of 3rd parties
• relevant monitoring, management, patching and reporting
• training - technical and curriculum as necessary
• expectation that the provider will drive innovation
• risk registers and inventory management
• collective partnership targets aligned to the Trusts objectives
• probable integration and upgrade of the communications and security infrastructure
Bidders should note the following;
• The Trust will provide a standard contract as part of the ITT Pack
• There will be a requirement for TUPE - only from the Trust
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: £3,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72400000 - Internet services
- 80100000 - Primary education services
- 80200000 - Secondary education services
- 80400000 - Adult and other education services
- 80500000 - Training services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This procurement is all about identifying a single supplier to provide a fully outsourced managed service. 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 - 21st February 2022 (First Day of Spring Half Term)
• Service end date - 20th February 2027
The new Managed service provider will also deliver a range of technology and change management projects to go ahead as soon as possible to both stabilise, address historic under investment in ICT and move to a predominantly cloud/off-site environment. It is envisaged the main part of this will be complete by the end of the Summer of 2022. Going forward there may well also be opportunity to include wider communications infrastructure into the deliverables under the same contract - The FTS advertisement takes note of this.
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;
• strategic advice and direction to the Trust regarding ICT
• a core 50 week service
• service desk
• local staffing that bidders deem necessary to deliver the SLA
• responsibility for design, specification, installation and management of all ICT infrastructure
• supply of goods and services based on an agreed Best Value (BV) approach
• management of all ICT against an agreed SLA
• management of 3rd parties
• relevant monitoring, management, patching and reporting
• training - technical and curriculum as necessary
• expectation that the provider will drive innovation
• risk registers and inventory management
• collective partnership targets aligned to the Trusts objectives
• probable integration and upgrade of the communications and security infrastructure
Bidders should note the following;
• The Trust will provide a standard contract as part of the ITT Pack
• There will be a requirement for TUPE - only from the Trust
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: £3,200,000
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: 3
Maximum number: 6
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. Accelerated timescales are being justified due to the fact that the Trust has experienced a range of technical challenges recently. As a result of this the Trust needs to de-risk its IT environment both in terms of technology and service as soon as possible so as to eliminate future risk to teaching, learning and management.
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
22 October 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
3 November 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
Tender must be valid until: 31 March 2022
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Education Village Academy TRust
Salters Lane
Darlington
DL1 2AN
Country
United Kingdom