UK-Cheltenham: Computer network services.

UK-Cheltenham: Computer network services.
Section I: Contracting Authority
I.1) Name and addresses
All Saints' Academy
Blaisdon Way, Cheltenham, GL51 0WH, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.asachelt.org/
NUTS Code: UKK13
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://litmustms.co.uk/tenders/UK-UK-Cheltenham:-Computer-network-services./8YQ2QE32X5
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: All Saints' Academy Cheltenham ~ IT & 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: The successful Supplier will be required to provide IT & Network services for All Saints’ Academy.
II.1.5) Estimated total value:
Value excluding VAT: 605,000
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:
UKK13 Gloucestershire

II.2.4) Description of procurement: Our Academy has excellent, modern facilities and a staff team who aim to provide a caring and enriching learning environment for all our students where their needs and personal growth are given utmost priority.

Our purpose is to be a beacon of hope for our students, families and the local community. We are founded on Christian values in serving Cheltenham, Tewkesbury and the Diocese of Gloucester. We strive to give enjoyment in learning, instil a determination to achieve and succeed.

We are one of the top two best performing non-selective secondary schools for overall GCSE performance in the town of Cheltenham and we have been for four years. We are also the top performing Christian non-selective secondary school in Gloucestershire.

The Academy is looking for an IT service partner that can not only manage and support the IT network, both currently and in the future, but that also add value through proactive recommendations and enhancements that will support All Saints’ Academy’s strategy and growth. The aim is to support and enhance the current IT provision in school, both for academic and administrative purposes. Proven expertise in the proactive development of IT Systems in an Educational Environment is essential.

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
•Qualified to provide advice and support School IT & Network Services Hardware & Software Procurement activities
•Experienced in Network design in a Secondary School environment
•Support all current and future School systems

The contract will provide onsite support, including maintenance, currently on-site via the Network Manager and Support Technician located in school 5 days a week 52 weeks of the year. The Academy is receptive to proposals of alternative support models.

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 January 2023 for an initial period of three years, ending 31 December 2025, 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, Trustee’s 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

The contract will be monitored by School Senior Representatives.

After the initial consultation and evaluation by the new contractor, regular fortnightly meetings will be held with the on-site Network Manager and support technician, to discuss day to day issues and actions taken and scheduled.

TUPE will apply with regard to the Network Manager and Support Technician, currently employed for the provision of network services. Currently there are no technical staff in the LGPS Pension Scheme.

See SQ document for more information.
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: 605,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2023 / End: 31/12/2027
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: A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
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: 08/04/2022 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 23/05/2022
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-Cheltenham:-Computer-network-services./8YQ2QE32X5

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/8YQ2QE32X5
VI.4) Procedures for review
VI.4.1) Review body:
All Saints' Academy
, Blaisdon Way, Cheltenham, GL51 0WH, 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: 04/02/2022

Annex A