The Litmus Partnership: Beeches Learning and Development Trust ~ IT and Network Services Tender

  The Litmus Partnership is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Beeches Learning and Development Trust ~ IT and Network Services Tender
Notice type: Contract Notice
Authority: The Litmus Partnership
Nature of contract: Services
Procedure: Restricted
Short Description: The successful Supplier will be required to provide IT and Network services for Beeches Learning and Development Trust. The Beeches Learning and Development Trust (BLDT) is a Multi-Academy Trust (MAT) in which Burnham Grammar is the lead and sponsor school. The MAT is a single legal entity and is the employer and holder of land titles and the trust board is accountable for all academies in the group, and made up of trustees, the majority of whom are current Burnham Grammar School governors.
Published: 10/02/2020 17:53
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Burnham: Computer network services.
Section I: Contracting Authority
      I.1) Name and addresses
             Beeches Learning and Development Trust
             Hogfair Lane, Burnham, SL1 7HG, United Kingdom
             Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
             Main Address: http://www.burnhamgrammar.org.uk/1402/beeches-learning-and-development-trus
             NUTS Code: UKJ13
      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/respond/M8H682ADRE
      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: Beeches Learning and Development Trust ~ IT and 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 and Network services for Beeches Learning and Development Trust.
The Beeches Learning and Development Trust (BLDT) is a Multi-Academy Trust (MAT) in which Burnham Grammar is the lead and sponsor school. The MAT is a single legal entity and is the employer and holder of land titles and the trust board is accountable for all academies in the group, and made up of trustees, the majority of whom are current Burnham Grammar School governors.       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      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:
      UKJ13 Buckinghamshire CC
      
      II.2.4) Description of procurement: Beeches Learning and Development Trust may grow further, with a number of additional schools becoming part of the Trust during this contract period. The provision of IT and Network services at these schools, if they have joined the Trust, or ended their current IT and network services contract, will fall under the scope of this contract. The successful Supplier will be expected to provide this service at these additional schools using the same costing model applied to the successful tender submission. The duration of contract for these schools will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into the contract.
The Trust is looking for an IT service partner that can not only manage and support the Trust’s IT network, both currently and in the future, but that also add value through proactive recommendations and enhancements that will support Beeches Learning and Development Trust’s strategy and growth. The aim is to support and enhance the current IT provision in schools, 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 the latest and evolving legislation regarding the provision of IT and network services in a secondary and primary 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 Trustees
•Qualified to provide advice and support school IT and network services hardware and software procurement activities
•Capable of network re-design and managing the migration to a brand new school building in October 2021
The contract will provide onsite support, including maintenance, via the on-site technician/s located in school 5 days a week 39 weeks of the year.
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 out with the 190 academic term-time days to minimise any disruption to pupil education and teaching activities.
The contract will commence on 1 August 2020 for an initial period of three years, ending 31 July 2023, 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, governor’s and student email accounts and access setup and managed
•Proactive contract management to ensure best value for money across all areas of the Trust management systems and utilities
•MIS support (including SAGE finance system, SIMS, VoIP phone and cashless catering systems)
•24/7/365 network monitoring with call out and emergency 24/7/365 contact
The contract will be monitored by Trust senior representatives.
After the initial consultation and evaluation by the new Supplier, regular fortnightly meetings will be held with the on-site technician to discuss day to day issues and actions taken and scheduled.
TUPE will apply with regard to the Network Manager (52 weeks) and IT Technician (39+3 weeks) currently employed for the provision of network services.
It is anticipated that the service provider will be available to train and coach staff, where needed, in the use of new hardware / software as it is introduced. There may be occasions where the technician is required to provide support in ICT classes. This will be planned and added in to the work schedule.
      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: 01/08/2020 / End: 31/07/2025       
      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: 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 Acclerated   
      Justification for the choice of accelerated procedure: To manage the end-to-end timeline and contract mobilisation period in time for the new academic year.   
   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: 28/02/2020 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 20/03/2020       
      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://www.delta-esourcing.com/tenders/UK-UK-Burnham:-Computer-network-services./M8H682ADRE

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/M8H682ADRE
   VI.4) Procedures for review
   VI.4.1) Review body:
             Beeches Learning and Development Trust
       Burnham, 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: 10/02/2020

Annex A


View any Notice Addenda

View Award Notice

UK-Burnham: Computer network services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Beeches Learning and Development Trust
       Hogfair Lane, Burnham, SL1 7HG, United Kingdom
       Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
       Main Address: http://www.burnhamgrammar.org.uk/1402/beeches-learning-and-development-trus
       NUTS Code: UKJ13

   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: Beeches Learning and Development Trust ~ IT and 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 and Network services for Beeches Learning and Development Trust.
The Beeches Learning and Development Trust (BLDT) is a Multi-Academy Trust (MAT) in which Burnham Grammar is the lead and sponsor school. The MAT is a single legal entity and is the employer and holder of land titles and the trust board is accountable for all academies in the group, and made up of trustees, the majority of whom are current Burnham Grammar School governors.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 435,000
                  
         Currency:GBP            

   II.2) Description

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

      II.2.3) Place of performance
      Nuts code:
      UKJ13 - Buckinghamshire CC
   
      Main site or place of performance:
      Buckinghamshire CC
             

      II.2.4) Description of the procurement: Beeches Learning and Development Trust may grow further, with a number of additional schools becoming part of the Trust during this contract period. The provision of IT and Network services at these schools, if they have joined the Trust, or ended their current IT and network services contract, will fall under the scope of this contract. The successful Supplier will be expected to provide this service at these additional schools using the same costing model applied to the successful tender submission. The duration of contract for these schools will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into the contract.
The Trust is looking for an IT service partner that can not only manage and support the Trust’s IT network, both currently and in the future, but that also add value through proactive recommendations and enhancements that will support Beeches Learning and Development Trust’s strategy and growth. The aim is to support and enhance the current IT provision in schools, 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 the latest and evolving legislation regarding the provision of IT and network services in a secondary and primary 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 Trustees
•Qualified to provide advice and support school IT and network services hardware and software procurement activities
•Capable of network re-design and managing the migration to a brand new school building in October 2021
The contract will provide onsite support, including maintenance, via the on-site technician/s located in school 5 days a week 39 weeks of the year.
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 out with the 190 academic term-time days to minimise any disruption to pupil education and teaching activities.
The contract will commence on 1 August 2020 for an initial period of three years, ending 31 July 2023, 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, governor’s and student email accounts and access setup and managed
•Proactive contract management to ensure best value for money across all areas of the Trust management systems and utilities
•MIS support (including SAGE finance system, SIMS, VoIP phone and cashless catering systems)
•24/7/365 network monitoring with call out and emergency 24/7/365 contact
The contract will be monitored by Trust senior representatives.
After the initial consultation and evaluation by the new Supplier, regular fortnightly meetings will be held with the on-site technician to discuss day to day issues and actions taken and scheduled.
TUPE will apply with regard to the Network Manager (52 weeks) and IT Technician (39+3 weeks) currently employed for the provision of network services.
It is anticipated that the service provider will be available to train and coach staff, where needed, in the use of new hardware / software as it is introduced. There may be occasions where the technician is required to provide support in ICT classes. This will be planned and added in to the work schedule.

      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 Accelerated
         Justification for the choice of accelerated procedure: To manage the end-to-end timeline and contract mobilisation period in time for the new academic year.

   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: 2020/S 31-73740
      
   

   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: 073740    
   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: 28/05/2020

      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: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Turn It On, 04995157
             Wittas House, Two Rovers, Witney, United Kingdom
             NUTS Code: UKJ1
            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: Not Provided          
         Total value of the contract/lot: 430,000
         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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=527316559

   VI.4) Procedures for review

      VI.4.1) Review body
          Beeches Learning and Development Trust
          Burnham, 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: 18/09/2020