Provision of a full end-to-end IT systems solution for St Julians High School, Newport, South Wales.
Contract notice
Supplies
Section I: Contracting authority
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)
Section II: Object of the contract
Purchase
Main site or location of works, place of delivery or of performance: St Julians High School, Newport, South Wales.
NUTS code UKL21
Duration of the framework agreement
Duration in months: 9The 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.
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
Range: between 200 000 and 400 000 GBP
Section III: Legal, economic, financial and technical information
(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.
(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.
(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.
Section IV: Procedure
Section VI: Complementary information