UK-Lancashire: Computer network services.

UK-Lancashire: Computer network services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Holy Cross Catholic High School
Myles Standish Way, Chorley, Lancashire, PR7 3LS, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.holycross.lancs.sch.uk/
NUTS Code: UKD4

I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No

I.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Education

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: Holy Cross Catholic High School ~ IT & Network Services Tender
Reference number: Not Provided

II.1.2) Main CPV code:
72700000 - Computer network services.


II.1.3) Type of contract: SERVICES

II.1.4) Short description: The successful Supplier will be required to provide IT & Network services for Holy Cross Catholic High School.

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 438,973.52

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
Not Provided

II.2.3) Place of performance
Nuts code:
UKD4 - Lancashire

Main site or place of performance:
Lancashire


II.2.4) Description of the procurement: The selected service provider shall be: •Fully conversant with evolving legislation regarding the provision of IT & Network Services in a Secondary School environment •Required to evidence their Quality Assurance and Security Systems •Required to evidence their proposed Key Performance Indicator measures for the contract •Required to periodically present performance reporting and systems development recommendations to Governors and Senior Staff •Qualified to provide advice and support School IT & Network Services Hardware & Software Procurement activities •Experienced in Network design in a Secondary School environment •Required to support all current and future School systems •Experienced in managing Cloud Based Solutions in a Secondary School environment •Expected to support the interface and management of all Telephony and CCTV Systems The contract will provide onsite support, including maintenance, currently on-site via the Network Manager for five half days and two full-time agency Support Technicians located in school 5 days a week 52 weeks of the year, with offsite helpdesk support. The School is receptive to proposals of alternative support models. It is not anticipated that TUPE will apply as there will be no contracted staff at the point of the new contract commencing. Comprehensive off-site system support is required 24 hours a day, 7 days a week, and 365 days a year. Maintenance and System Development activities shall be undertaken outside the 190 academic term-time days to minimise any disruption to pupil education and teaching activities. The contract will commence on 1 August 2023 for an initial period of three years, ending 31 July 2026 with the opportunity to extend for a further period of up to two years at the discretion of the governing body. The contract will provide Technical Management and on-site technicians, to the School’s ICT Infrastructure, including: •Full server support and monitoring •Fully Managed Helpdesk with Remote Support •Full workstation support, software support, hardware support and repairs •Staff and Student Network & email accounts and access setup and management. •Proactive contract management to ensure best value for money across all areas of management systems and utilities. •24/7/365 network monitoring with call out and emergency 24/7/365 contact •LCC Netsweeper See SQ Document for further information.

II.2.5) Award criteria:
Not Provided

II.2.11) Information about options
Options: No


II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No


II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

IV.1.1)Type of procedure: Restricted


IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No

IV.1.6) Information about electronic auction
An electronic auction has been used: No

IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2022/S 000-033323



IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 22/05/2023

V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Dataspire Solutions Ltd, 05504048
Lowry Mill, Lees Street, Manchester, M27 6DB, United Kingdom
NUTS Code: UKD33
The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 350,000
Total value of the contract/lot: 438,973.52
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. It will be the supplier's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=795313582

VI.4) Procedures for review

VI.4.1) Review body
Holy Cross Catholic High School
Lancashire, United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 13/07/2023