ICT Managed Service for Schools in Bedfordshire
The Trust requires a full suite of managed services for its Academies.
United Kingdom-Shefford: Technical computer support services
2018/S 248-573552
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
BEST House, Shefford Road, Clifton
Shefford
SG17 5QS
United Kingdom
Contact person: Mr Craig Smith
Telephone: +44 1462413511
E-mail: csmith@bestacademies.org.uk
NUTS code: UKH24
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Bedfordshire Schools Trust – ICT Managed Service
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The BEST encompasses 3 Secondary Academies, 4 Primary Academies and separate Nursery Provision. The Trust is growing and over the lifetime of the contract is expected to grow to 15 Academies. The Trust has a history of outsourcing its ICT services and now wishes to continue this model by letting a contract for an ICT Managed Service across both its existing estate and to include provision of any future Academies that join the Trust for a maximum 5-year period.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
The locations which will receive the managed service will be the Academies that form part of the Trust and its central office
II.2.4)Description of the procurement:
The Trust requires a full suite of managed services for its Academies. This includes but is not limited to: Onsite staffing in each Academy based on 40 weeks per year, remote support, service management, service desk, additional hours in the holidays as necessary, remote updates and patching as necessary. Training and consultancy services – especially for new builds. Supply of equipment and software based on an agreed value for money model. A broadband service and associated filtering and security. The funding for Pixbrook Schools is from the EFSA and ring fenced for that project.
The service may require TUPE from the existing supplier
The service is for a maximum of 5 years
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Contract will have a length of 3 years but with an extension period of 2 years. The extension will be granted subject to achievement of performance criteria which will be agreed during initial contract negotiations
II.2.9)Information about the limits on the number of candidates to be invited
It is envisaged that the PQQ process will reduce the bidders to the 5 who will received the ITT. The criteria for selection of the 5 bidders to receive the ITT is detailed in the PQQ documentation but centre around a financial heath check and ability to deliver an ICT Managed Service in an educational environment.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
There are no specific requirements in terms of Professional or Trade body recognition.
It is preferred that ISO9001 is held
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
BEST House, Shefford Road, Clifton
Shefford
DG17 5QS
United Kingdom
VI.5)Date of dispatch of this notice: