Opportunity

Forest Hill School - ICT Managed Service

  • Forest Hill School

F02: Contract notice

Notice reference: 2021/S 000-025136

Published 8 October 2021, 8:47am



Section one: Contracting authority

one.1) Name and addresses

Forest Hill School

Dacres Road

London

SE23 2XN

Contact

Geoff Chandler

Email

geoff.chandler@moxton-education.com

Telephone

+44 1400272408

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://foresthill.lewisham.sch.uk

one.3) Communication

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

https://foresthill.lewisham.sch.uk/ict-partner-tender-information/

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

Forest Hill School - 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

This procurement encompasses a full outsource of the ICT service for the School to a single supplier.

Further details regarding timescales are noted below but in summary this is advertised as a maximum 3 year service with start and end dates as follows:

• Service start date - 1st April 2022

• Service end date - 31st March 2025

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 all equipment and service regarding ICT, including but not be limited to;

• strategic advice and direction to the School regarding ICT

• a core 40-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 regarding support for e.g. Support for ICT in the Community

two.1.5) Estimated total value

Value excluding VAT: £355,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80200000 - Secondary education services
  • 80400000 - Adult and other education services
  • 80500000 - Training services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

Forest Hill School

two.2.4) Description of the procurement

This procurement encompasses a full outsource of the ICT service for the School to a single supplier.

Further details regarding timescales are noted below but in summary this is advertised as a maximum 3 year service with start and end dates as follows:

• Service start date - 1st April 2022

• Service end date - 31st March 2025

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 all equipment and service regarding ICT, including but not be limited to;

• strategic advice and direction to the School regarding ICT

• a core 40-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 regarding support for e.g. Support for ICT in the Community

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: £355,000

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

Duration in months

36

This contract is subject to renewal

No

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

Maximum 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

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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

5 November 2021

Local time

12:00pm

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

16 November 2021

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.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

Forest Hill School

Dacres Road

London

SE23 2XN

Country

United Kingdom