Opportunity

Lincoln Anglican Academy Trust ICT Managed Service

  • Lincoln Anglican Academy Trust

F02: Contract notice

Notice reference: 2021/S 000-026217

Published 20 October 2021, 9:29am



Section one: Contracting authority

one.1) Name and addresses

Lincoln Anglican Academy Trust

103 Newport Arch

Lincoln

LN1 3EE

Contact

Geoff Chandler

Email

geoff.chandler@moxton-education.com

Telephone

+44 1400272408

Country

United Kingdom

NUTS code

UKF3 - Lincolnshire

Internet address(es)

Main address

https://www.thelaat.co.uk

one.3) Communication

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

https://www.thelaat.co.uk/news/?pid=0&nid=1&storyid=234

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

Lincoln Anglican Academy 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

This procurement encompasses a full outsource of the ICT service for the Trust schools and Head office to a single supplier. 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 - 1st April 2022

• Service end date - 31st March 2027

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 Trust regarding ICT

• 24hrs a day 365 days per year monitoring and management service

• a core 42 week onsite service with pro-active and re-active visits

• 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 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 matched to the objectives of the Trust

The ITT will also require the Strategic ICT partner to provide an education complaint filtering service to the schools. This will be detailed further in the ITT but bidders should assume that compliance with e-safety / PREVENT duty and IWF standards will be required, as will filtering at both school level and remote mobile users with a school / Trust owned device.

two.1.5) Estimated total value

Value excluding VAT: £2,300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This procurement encompasses a full outsource of the ICT service for the Trust schools and Head office to a single supplier. 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 - 1st April 2022

• Service end date - 31st March 2027

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 Trust regarding ICT

• 24hrs a day 365 days per year monitoring and management service

• a core 42 week onsite service with pro-active and re-active visits

• 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 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 matched to the objectives of the Trust

The ITT will also require the Strategic ICT partner to provide an education complaint filtering service to the schools. This will be detailed further in the ITT but bidders should assume that compliance with e-safety / PREVENT duty and IWF standards will be required, as will filtering at both school level and remote mobile users with a school / Trust owned device.

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: £2,300,000

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

Maximum number: 8

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

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

22 November 2021

Local time

12:00pm

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

29 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

Lincoln Anglican Academy Trust

Lincoln

Country

United Kingdom