By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Provision of a full end-to-end IT systems solution for St Julians High School, Newport, South Wales.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

St Julians High School
Heather Road
For the attention of: Karl Shackleford
NP197XU Newport
UNITED KINGDOM
Telephone: +44 1633224490
E-mail:

Internet address(es):

General address of the contracting authority: www.stjuliansschool.co.uk

Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0273

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Provision of a full end-to-end IT systems solution for St Julians High School, Newport, South Wales.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: St Julians High School, Newport, South Wales.

NUTS code UKL21

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in months: 9
II.1.5)Short description of the contract or purchase(s)
The design, supply, implementation and commissioning of a complete IT solution from a ‘Greenfields’ perspective replacing the existing system provided by the Local Authority who has agreed support until the end of the school Summer holidays 2014.
The solution needs to support innovation such as:
- ability to work from any device connected to the network,
- flexible working environment with the ability for students to remotely access work and eLearning content to facilitate inclusion of parents,
- a solution that under pins a move to BYOD and 24/7 learning,
- a solution that has the potential to include local communities via connection to the High Schools WIFI network.
These innovations are aspirations of the school and must be incorporated into the design of the solution. The school's expectation is that the system needs to be auditable, flexible, scalable and secure in order to meet current or future demands and trends driving increased availability and access whilst minimising risk. e.g. BYOD with 3G/4G failover/fall-back for client access. Service delivery needs to be seamless, responsive and display ease of use requiring minimal in-house support, but underpinned by an IT support service.
Expected deliverables include but are not limited to:
High speed, high density, site wide wireless connectivity delivering internal, BYOD and guest access, coupled with a robust and scalable wired solution supporting in excess of 3 000 con-current wireless users.
The controlled delivery of network/domain logins and approximately 300 RDS/VDI user desktops to both internal and external users across a broad range of devices and technologies.
A fully-redundant, fault-tolerant and flexible backend architecture incorporating the following features to name a few:
Antivirus/UTM.
Intelligent Backup and Disaster recovery.
Flexible Storage and Compute.
Redundant, load-balanced and filtered internet connectivity.
The solution must include all licencing, integrate with our existing services (e.g SIMS, Siemens Openscape ,Google Apps for Education) and support existing practices.
The successful supplier is expected to work closely with the school and IT team to design and implement a solution that meets the school's needs with full system documentation, full administrative system access(including all passwords) and industry recognised certified training to the IT team provided.

Note: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=2643.

II.1.6)Common procurement vocabulary (CPV)

22470000, 22471000, 22473000, 30000000, 30199760, 30200000, 30210000, 30211400, 30213000, 30213100, 30213200, 30213300, 30214000, 30230000, 30232000, 30233100, 30236000, 30237000, 31216100, 31217000, 31682530, 32260000, 32320000, 32400000, 32412110, 32412120, 32413100, 32420000, 32424000, 32427000, 32510000, 32560000, 32562100, 32570000, 32571000, 32580000, 32583000, 35123400, 38636000, 48000000, 48200000, 48211000, 48514000, 48517000, 48620000, 48710000, 48761000, 48771000, 48780000, 48800000, 48900000, 48930000, 51000000, 51610000, 64210000, 71356000, 71356400, 71600000, 72000000, 72150000, 72212200, 72212220, 72212780, 72212930, 72221000, 72222000, 72224100, 72246000, 72250000, 72254100, 72265000, 72268000, 72300000, 72311100, 72500000, 72510000, 72511000, 72590000, 72591000, 72600000, 72710000, 72720000, 72800000, 73430000, 79131000, 79132000, 79420000, 79421000, 79421200, 80500000, 80510000, 80533100, 80533200, 98110000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 200 000 and 400 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 3.2.2014. Completion 3.10.2014

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
None.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Interim payments.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(4) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
(5) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(6) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(7) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;
(8) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
SJC-IT-2013/01
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 22.10.2013
IV.3.4)Time limit for receipt of tenders or requests to participate
7.11.2013 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
15.11.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
(WA Ref:2643)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
8.10.2013