Section one: Contracting authority
one.1) Name and addresses
Lincoln Anglican Academy Trust
103 Newport Arch
Lincoln
LN1 3EE
Contact
Geoff Chandler
geoff.chandler@moxton-education.com
Telephone
+44 1400272408
Country
United Kingdom
NUTS code
UKF3 - Lincolnshire
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.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