Tender

BC-10754 Bedfordshire Schools Trust ICT

  • Bedfordshire Schools Trust

F02: Contract notice

Notice identifier: 2023/S 000-030615

Procurement identifier (OCID): ocds-h6vhtk-040cb4

Published 17 October 2023, 2:37pm



Section one: Contracting authority

one.1) Name and addresses

Bedfordshire Schools Trust

Best House Shefford Road, Clifton

Shefford

SG17 5QS

Contact

Irene Celis

Email

irene.celis@schoolsbuyingclub.com

Telephone

+44 8452577050

Country

United Kingdom

NUTS code

UKH25 - Central Bedfordshire

National registration number

07546141

Internet address(es)

Main address

https://www.bestacademies.org.uk/

Buyer's address

https://in-tendhost.co.uk/placegroup/aspx/Home

one.3) Communication

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

https://in-tendhost.co.uk/placegroup/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/placegroup/aspx/Home

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

BC-10754 Bedfordshire Schools Trust ICT

Reference number

BC-10754

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 Bedfordshire Schools Trust (BEST) was incorporated in August 2016 following on from a previous organisation called Bedfordshire East Multi-school Trust (BMAT). The Trust now includes three middle deemed secondary schools, six primary schools, one secondary school and three nurseries.Currently ICT support is provided across the Trust through an outsourced provider. It is envisaged that staff members employed by the current provider will be eligible for TUPE.The Successful Bidder will be expected to manage the complete IT lifecycle of the schools from initial advice and installation through to the day-to-day support and management. The services under this contract will comprise of managed ICT support services, ICT equipment and consumables, licenses and broadband. The Trust or the schools may also utilise the new provider for additional sourcing as and when required e.g., for Wi-Fi upgrades.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UKH25 - Central Bedfordshire

two.2.4) Description of the procurement

The Bedfordshire Schools Trust (BEST) was incorporated in August 2016 following on from a previous organisation called Bedfordshire East Multi-school Trust (BMAT). The Trust now includes three middle deemed secondary schools, six primary schools, one secondary school and three nurseries.Currently ICT support is provided across the Trust through an outsourced provider. It is envisaged that staff members employed by the current provider will be eligible for TUPE.The Successful Bidder will be expected to manage the complete IT lifecycle of the schools from initial advice and installation through to the day-to-day support and management. The services under this contract will comprise of managed ICT support services, ICT equipment and consumables, licenses and broadband. The Trust or the schools may also utilise the new provider for additional sourcing as and when required e.g., for Wi-Fi upgrades.The Contract period will be for 3 years initially with the option to extend for a two year period. Estimated full contract value is expected to be in the region of £5,000,000 including VAT, 30% of this value is the expected spend for the managed ICT support services. The services are to be provided at the following address: Samuel Whitbread Academy (Pfi), Shefford Road, Clifton, Shefford, SG17 5QSEtonbury Academy, Stotfold Road, Arlesey, SG15 6XSPix Brook Academy, Arlesey Road, Stotfold, SG5 4HBRobert Bloomfield Academy, Bloomfield Drive, Shefford, SG17 5BUSt Christophers Academy, Gorham Way, Dunstable, LU5 4NJGothic Mede Academy, High Street, Arlesey, SG15 6SLLangford Village Academy, Church Street, Langford, Biggleswade, SG18 9QALawnside Academy, Lawnside, Bigglewade, SG18 0LXGravenhurst Academy, High Street, Gravenhurst, Bedford, MK45 4HYCampton Academy, Rectory Road, Campton, Shefford, SG17 5PFCentral team provision – Central office on Samuel Whitbread siteBEST Nursery Arlesey, High St, Arlesey SG15 6SLBEST Nursery Shefford, Shefford Rd, Clifton, Shefford SG17 5QSBEST Nursery Langford, Langford Academy, Church Street, Langford SG18 9QA It is anticipated over the course of the contract that additional schools may join the Trust in the future who will roll into this contract.

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: £5,000,000

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

Envisaged minimum number: 5

Maximum number: 8

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As per the tendering documentation

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

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

17 November 2023

Local time

12:00pm

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.4) Procedures for review

six.4.1) Review body

Royal Court of Justice

Strand

London

WC2A 2LL

Country

United Kingdom