Tender

The Charter Schools Educational Trust ICT Managed Service

  • The Charter Schools Educational Trust

F02: Contract notice

Notice identifier: 2022/S 000-027619

Procurement identifier (OCID): ocds-h6vhtk-037236

Published 30 September 2022, 8:10pm



Section one: Contracting authority

one.1) Name and addresses

The Charter Schools Educational Trust

Red Post Hill

London

SE24 9JH

Contact

Geoff Chandler

Email

geoff.chandler@moxton-education.com

Telephone

+44 7970661087

Country

United Kingdom

Region code

UKI - London

Companies House

07338707

Internet address(es)

Main address

https://www.tcset.org.uk

one.3) Communication

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

https://www.tcset.org.uk/tender-opportunities/ict-managed-service-procurement-

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

The Charter Schools Educational 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

The Charter Schools Educational Trust began in 2010

In 2016, the Trust opened a second secondary school under the Free School programme in East Dulwich, with a commitment to provide specialist places for students with autism.

In 2020, we were joined by our first primary school, Charles Dickens Primary School and Nursery in the north of the borough of Southwark, as the Trust sought to become a home to community schools for children and young people from two to eighteen years old.

The Trust has since grown to six schools across Southwark, all sharing a commitment to our mission, inspiring and nurturing children and young people in South London to excel through education that transforms lives and strengthens our diverse communities.

The ICT Support at the Trust is currently provided by a mix of internal staff and external contractors (4) who provide a mix of onsite and remote support.

The reason for this procurement is that the Trust wishes to consolidate its ICT provision, over time, into a single outsourced service that will deliver both the operational service and 'joined up' infrastructure.

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 same end date as the initial contract.

Further details regarding timescales are noted below but in summary this is advertised as a 60 month contract with a maximum 5 year managed service with start and end dates as follows:

• Service start date - 1st April 2023

• Service end date - 31st March 2028

The new Managed service provider will also deliver a range of technology and change management projects to go ahead as soon as possible. The main focus of these projects is to address technology issues in schools and 'join up' the schools into a single network provision.

Given the current incumbent contractual position regarding Charter School East Dulwich this school will be included in the Contract but operational service would not begin until August 2026. It is expected that the successful contractor from this procurement will work closely with the East Dulwich contractor until August 2026 to enable a 'joined up' service.

A full technical analysis of each school will be provided to shortlisted bidders at the ITT Stage.

The companies identified from these shortlisting questions to receive the ITT for the Managed service 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 42 week onsite service - Primary Sites

• a 50 week onsite service - Secondary Site

• a re-active onsite support service for the Trust administrative and management staff based on 50 weeks pa.

• service desk - full time except Bank Holidays

• local staffing that bidders deem necessary to deliver the SLA.

• 24 x 7 x 365 remote monitoring and management

• 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

• due diligence for future schools

Bidders should note the following;

• The Trust will provide a standard contract as part of the ITT Pack

• There is not expected to be an initial requirement for TUPE

two.1.5) Estimated total value

Value excluding VAT: £4,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 30213000 - Personal computers
  • 30214000 - Workstations
  • 30230000 - Computer-related equipment
  • 32410000 - Local area network
  • 32420000 - Network equipment
  • 48820000 - Servers
  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Charter Schools Educational Trust began in 2010

In 2016, the Trust opened a second secondary school under the Free School programme in East Dulwich, with a commitment to provide specialist places for students with autism.

In 2020, we were joined by our first primary school, Charles Dickens Primary School and Nursery in the north of the borough of Southwark, as the Trust sought to become a home to community schools for children and young people from two to eighteen years old.

The Trust has since grown to six schools across Southwark, all sharing a commitment to our mission, inspiring and nurturing children and young people in South London to excel through education that transforms lives and strengthens our diverse communities.

The ICT Support at the Trust is currently provided by a mix of internal staff and external contractors (4) who provide a mix of onsite and remote support.

The reason for this procurement is that the Trust wishes to consolidate its ICT provision, over time, into a single outsourced service that will deliver both the operational service and 'joined up' infrastructure.

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 same end date as the initial contract.

Further details regarding timescales are noted below but in summary this is advertised as a 60 month contract with a maximum 5 year managed service with start and end dates as follows:

• Service start date - 1st April 2023

• Service end date - 31st March 2028

The new Managed service provider will also deliver a range of technology and change management projects to go ahead as soon as possible. The main focus of these projects is to address technology issues in schools and 'join up' the schools into a single network provision.

Given the current incumbent contractual position regarding Charter School East Dulwich this school will be included in the Contract but operational service would not begin until August 2026. It is expected that the successful contractor from this procurement will work closely with the East Dulwich contractor until August 2026 to enable a 'joined up' service.

A full technical analysis of each school will be provided to shortlisted bidders at the ITT Stage.

The companies identified from these shortlisting questions to receive the ITT for the Managed service 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 42 week onsite service - Primary Sites

• a 50 week onsite service - Secondary Site

• a re-active onsite support service for the Trust administrative and management staff based on 50 weeks pa.

• service desk - full time except Bank Holidays

• local staffing that bidders deem necessary to deliver the SLA.

• 24 x 7 x 365 remote monitoring and management

• 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

• due diligence for future schools

Bidders should note the following;

• The Trust will provide a standard contract as part of the ITT Pack

• There is not expected to be an initial requirement for TUPE

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: £4,500,000

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.2.10) 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

1 November 2022

Local time

12:00pm

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

9 November 2022

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

The Charter Schools Educational Trust

Red Post Hill

London

SE24 9JH

Country

United Kingdom