UK-Birmingham: Computer network services.

UK-Birmingham: Computer network services.
Section I: Contracting Authority
I.1) Name and addresses
CORE Education Trust
55 St Paul's Square, Birmingham, B3 1QS, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: http://www.core-education.co.uk/
NUTS Code: UKG31
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Computer-network-services./5AZ3QST992
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: CORE Education Trust ~ IT and Network Services
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: CORE Education Trust are bold and ambitious in their aspiration to lead pioneering educational sponsorship, inspired by an outward facing ethos and an emphasis on personalisation. In adversity they seek innovation, in learning they discover truth and in leading they find humility.
The successful Supplier will be required to provide IT and network services for CORE Education Trust at the following locations:
•Arena Academy
•Central Academy
•City Academy
•Jewellery Quarter Academy
•Rockwood Academy
•CORE Head Office
II.1.5) Estimated total value:
Value excluding VAT: 450,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKG31 Birmingham

II.2.4) Description of procurement: CORE Education Trust are bold and ambitious in their aspiration to lead pioneering educational sponsorship, inspired by an outward facing ethos and an emphasis on personalisation. In adversity they seek innovation, in learning they discover truth and in leading they find humility.
The successful Supplier will be required to provide IT and network services for CORE Education Trust at the following locations:
•Arena Academy
•Central Academy
•City Academy
•Jewellery Quarter Academy
•Rockwood Academy
•CORE Head Office
CORE Education Trust will require an IT Support Service contract that is both technically and strategically led, providing: -
•support and management for all of the Schools within CORE Education Trust and its Head Office.
•first, second and third-line support to end users and technical staff on the ground for anything ICT related.
•technical performance management for engineers on the ground and assistance in the recruitment of new engineers. This includes physical equipment onsite and also cloud services such as the Microsoft ecosystem for 365.
•guidance and training on IT Security and Data protection to users of all levels ensure that the Trust is compliant in relevant Data Security laws.
The Trust operates different technology at each School, meaning that you will need to provide strategical guidance on how best to invest into the current network and systems to ensure future proofing and value for money.
Each School operates a mixture of Windows and MAC devices ranging from laptops and desktops to devices such as iPads and notebooks. You will need to provide technical guidance and support to manage and maintain all trust owned devices to ensure patch management and ownership is kept up to date.
Providing guidance and technical support to maintain the inter-site connections between sites, you will need to be able to manage and maintain the network infrastructure to ensure security and network flow throughout. This includes for example; network switches, routers, hub, network cabling and design, Wi-Fi, VOIP and CCTV etc
Each site operates their own internal domain as part of a Domain Forest, ensuring users can move between sites without the need for extra usernames and passwords. You will need to support the use of inter-domain connectivity and its effectiveness. This also includes inter-connectivity between sites using wireless bridges and/or MPLS.
You will need to support external software procured by the trust including but not exclusive to SIMS.net, cashless catering, Paxton Net2, Google Chrome books, Impero and parent pay. This will also cover its usage and integration into the school/trust network.
Finally, you will also need to manage and monitor key equipment onsite including All physical and virtual servers, Server Room Temperatures, internal Network traffic, server usage and speeds, link speeds between sites and their usage reporting any high usages to the relevant staff to ensure better performance for the trust.
Contract value circa £90,000 per annum.
The contract being tendered is for three years in duration from November 2020 until November 2023, with the option to extend the contract term for a further term of up to two years and will be fixed price in nature, with the Supplier invoicing the Client for one-twelfth of the annual cost on a monthly basis.
The Trust may grow in the number of schools becoming part of the Trust during this contract period.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/11/2020 / End: 31/10/2025
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description RESTRICTED
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
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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 OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 15/05/2020 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 12/06/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
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.
The contracting authority reserves the right not to award any or part of the contract which is the subject of this
Contract notice and reserves the right to terminate the procurement process at any time.
The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.
The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-Birmingham:-Computer-network-services./5AZ3QST992

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/5AZ3QST992
VI.4) Procedures for review
VI.4.1) Review body:
CORE Education Trust
55 St Paul's Square, Birmingham, B3 1QS, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 09/04/2020

Annex A