Tender

The Alliance Multi-Academy Trust - Communications, Security & VoIP Partner

  • The Alliance Multi-Academy Trust

F02: Contract notice

Notice identifier: 2023/S 000-029889

Procurement identifier (OCID): ocds-h6vhtk-040adb

Published 10 October 2023, 5:34pm



Section one: Contracting authority

one.1) Name and addresses

The Alliance Multi-Academy Trust

Windlesham

GU20 6PB

Contact

Geoff Chandler

Email

geoff.chandler@moxton-education.com

Telephone

+44 7970661087

Country

United Kingdom

Region code

UKJ2 - Surrey, East and West Sussex

Companies House

08576427

Internet address(es)

Main address

https://www.tamat.org.uk

one.3) Communication

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

https://www.tamat.org.uk/page/?title=Tender+Opportunities&pid=32

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 Alliance Multi-Academy Trust - Communications, Security & VoIP Partner

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 Alliance Multi-Academy Trust (TAMAT) encompasses 5 schools and circa 1400 pupils in Surrey.

The Trust Head Office is currently at Windlesham Village Infant School.

The Alliance Multi-Academy Trust or TAMAT was born, bringing together five of those initial schools and over 1400 children. We are proud that we have already achieved something that is unique - for the first time in Surrey, schools of both a secular and church nature have collaborated and found a way of coming together formally in a Multi-Academy Trust, for mutual benefit. There was an element risk because we had always relied on the local authority and/or diocese and did not want to lose our uniqueness.

The school leadership teams and governors committed to a new level and type of collaboration that benefits the children of all our schools enormously. We are enjoying the autonomy but also the added strength in resourcing that working together brings. But we have not come together to create TAMAT academy school "clones" - far from it. We fundamentally recognise the individuality of each school, their teachers, their cultures and environments, but most importantly their children and TAMAT will always respect that. And so, our doors are open to other like-minded partners and we invite you to find out more.

This procurement encompasses the items noted below. In essence, this procurement is all about identifying a single supplier to provide a fully managed communications, security and telephony 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.

In terms of the service this is advertised as a 60 month contract with start and end dates as follows:

Service start date - 1st June 2024

Service end date - 31st May 2029

The companies identified from these shortlisting questions to receive the ITT for the Managed communications, security and telephony partner will then receive a further detailed set of requirements. For the purposes of this shortlisting stage bidders should assume that the ITT will include, but is not be limited to;

• A managed connectivity service to connect schools anywhere in England

• A broadband service for each school based on synchronous connectivity

• A 'failover' line

• A filtering and firewalled service

• A service that is compliant to latest KCSIE guidance

• A managed VoIP telephony service for each school to an agreed number of handsets each

• Support and maintenance service

• Full end to end single SLA approach

• Management of any 3rd parties required to provide the service

• Relevant monitoring, management, and reporting

• Full installation and transition service

• Value added services

• Technical interface into the Trusts outsourced support provision

Bidders should note the following:

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

• It is not expected there may be a requirement for TUPE

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32412000 - Communications network
  • 32420000 - Network equipment
  • 32430000 - Wide area network
  • 32500000 - Telecommunications equipment and supplies
  • 80100000 - Primary education services
  • 80200000 - Secondary education services
  • 80400000 - Adult and other education services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Alliance Multi-Academy Trust (TAMAT) encompasses 5 schools and circa 1400 pupils in Surrey.

The Trust Head Office is currently at Windlesham Village Infant School.

The Alliance Multi-Academy Trust or TAMAT was born, bringing together five of those initial schools and over 1400 children. We are proud that we have already achieved something that is unique - for the first time in Surrey, schools of both a secular and church nature have collaborated and found a way of coming together formally in a Multi-Academy Trust, for mutual benefit. There was an element risk because we had always relied on the local authority and/or diocese and did not want to lose our uniqueness.

The school leadership teams and governors committed to a new level and type of collaboration that benefits the children of all our schools enormously. We are enjoying the autonomy but also the added strength in resourcing that working together brings. But we have not come together to create TAMAT academy school "clones" - far from it. We fundamentally recognise the individuality of each school, their teachers, their cultures and environments, but most importantly their children and TAMAT will always respect that. And so, our doors are open to other like-minded partners and we invite you to find out more.

This procurement encompasses the items noted below. In essence, this procurement is all about identifying a single supplier to provide a fully managed communications, security and telephony 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.

In terms of the service this is advertised as a 60 month contract with start and end dates as follows:

Service start date - 1st June 2024

Service end date - 31st May 2029

The companies identified from these shortlisting questions to receive the ITT for the Managed communications, security and telephony partner will then receive a further detailed set of requirements. For the purposes of this shortlisting stage bidders should assume that the ITT will include, but is not be limited to;

• A managed connectivity service to connect schools anywhere in England

• A broadband service for each school based on synchronous connectivity

• A 'failover' line

• A filtering and firewalled service

• A service that is compliant to latest KCSIE guidance

• A managed VoIP telephony service for each school to an agreed number of handsets each

• Support and maintenance service

• Full end to end single SLA approach

• Management of any 3rd parties required to provide the service

• Relevant monitoring, management, and reporting

• Full installation and transition service

• Value added services

• Technical interface into the Trusts outsourced support provision

Bidders should note the following:

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

• It is not expected there may be a 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: £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.2.10) 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

13 November 2023

Local time

12:00pm

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

23 November 2023

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 Alliance Multi-Academy Trust

Windlesham

Country

United Kingdom