Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Orchard Hill College & Academy Trust
Quadrant House 8th Floor, The Quadrant Sutton
Surrey
SM2 5AS
UK
Telephone: +44 3454020453
E-mail: procurement@ohcat.org
NUTS: UK
Internet address(es)
Main address: http://ohcat.org
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42971
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://ohcat.mytenders.co.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://ohcat.mytenders.co.uk/
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:
https://ohcat.mytenders.co.uk/
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
OHCAT ICT Communications, Security and Telephony Services
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description
Orchard Hill College and Academy Trust is a family of specialist education providers for pupils and students from nursery through to further education across London, Surrey, Sussex and Berkshire. The uniqueness of OHCAT is that it is fully representative of all designations of special education needs and disabilities. Across the whole organisation there are a range of experts and practitioners who advocate for children and young people with special education needs and disabilities to ensure they receive the best possible opportunities to achieve their full potential.
Orchard Hill College (OHC) was established in 1983 and has grown from a small hospital provision into an Outstanding College that operates from eight college centres across London and provides post-16 education for approximately 400 students with mild, moderate, severe and profound learning need.
Orchard Hill College Academy Trust (OHCAT) was established in 2013 by Orchard Hill College to share its expertise and provide services and support to specialist schools. The Trust is now home to 15 special schools
In total there are currently 22 sites encompassing c1,500 staff and c2,077 Pupils
The purpose of this procurement is to identify a single provider who will deliver a managed connectivity, security and telephony solution across all sites. It is not expected that TUPE will apply from the Trust or any existing suppler.
The following list of services are to be provided but should not be seen as a finite list:
- A managed connectivity service to connect schools anywhere in England
- A broadband service for each school based on synchronous connectivity
- A ‘failover’ line
- A firewalled service
- An Education compliant internet filtering service
- Filtering of Trust owned devices away from schools e.g. staff / pupil laptops
- Reporting of online activity service to support Safeguarding
- A Managed VoIP telephony service for each school and central Trust admin to an agreed number of handsets each
- Support and maintenance service
- Full end to end single SLA approach
- Management of any 3rd parties required to provide the service
- Relevant monitoring, management, and reporting
- Full installation and transition service
- Value added services
- Technical interface into the Trusts outsourced support provision
- Relevant training
In parallel to this procurement is also one to outsource the delivery of service and projects at all sites across the Trust. The selected provider from this procurement will work together with the chosen MSP to initially implement seven initial sites – these sites will become the ‘blue print’ for all other sites. The communications for these sites is expected by the summer of 2023 and the onsite solutions will then be delivered. The remining sites will then be implemented as and when connectivity and equipment required inside the buildings becomes available over the following months.
II.1.5) Estimated total value
Value excluding VAT:
1 800 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
30200000
32412100
32412110
32430000
32500000
80100000
80400000
80500000
II.2.3) Place of performance
NUTS code:
UKJ
Main site or place of performance:
See www.ohcat.org
II.2.4) Description of the procurement
Orchard Hill College and Academy Trust is a family of specialist education providers for pupils and students from nursery through to further education across London, Surrey, Sussex and Berkshire. The uniqueness of OHCAT is that it is fully representative of all designations of special education needs and disabilities. Across the whole organisation there are a range of experts and practitioners who advocate for children and young people with special education needs and disabilities to ensure they receive the best possible opportunities to achieve their full potential.
Orchard Hill College (OHC) was established in 1983 and has grown from a small hospital provision into an Outstanding College that operates from eight college centres across London and provides post-16 education for approximately 400 students with mild, moderate, severe and profound learning need.
Orchard Hill College Academy Trust (OHCAT) was established in 2013 by Orchard Hill College to share its expertise and provide services and support to specialist schools. The Trust is now home to 15 special schools
In total there are currently 22 sites encompassing c1,500 staff and c2,077 Pupils
The purpose of this procurement is to identify a single provider who will deliver a managed connectivity, security and telephony solution across all sites. It is not expected that TUPE will apply from the Trust or any existing suppler.
The following list of services are to be provided but should not be seen as a finite list:
- A managed connectivity service to connect schools anywhere in England
- A broadband service for each school based on synchronous connectivity
- A ‘failover’ line
- A firewalled service
- An Education compliant internet filtering service
- Filtering of Trust owned devices away from schools e.g. staff / pupil laptops
- Reporting of online activity service to support Safeguarding
- A Managed VoIP telephony service for each school and central Trust admin to an agreed number of handsets each
- Support and maintenance service
- Full end to end single SLA approach
- Management of any 3rd parties required to provide the service
- Relevant monitoring, management, and reporting
- Full installation and transition service
- Value added services
- Technical interface into the Trusts outsourced support provision
- Relevant training
In parallel to this procurement is also one to outsource the delivery of service and projects at all sites across the Trust. The selected provider from this procurement will work together with the chosen MSP to initially implement seven initial sites – these sites will become the ‘blue print’ for all other sites. The communications for these sites is expected by the summer of 2023 and the onsite solutions will then be delivered. The remining sites will then be implemented as and when connectivity and equipment required inside the buildings becomes available over the following months.
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:
1 800 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Up to 24 months extension option
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
II.2.10) Information about variants
Variants will be accepted:
No
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
See ITT and associated documentation
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:
See ITT
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
See ITT and associated documentation
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
04/01/2023
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
25/01/2023
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
See ITT and associated documentation
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=228123.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:228123)
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
UK
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5) Date of dispatch of this notice
29/11/2022