Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

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

  • First published: 08 October 2013
  • Last modified: 05 November 2013

Contents

Summary

OCID:
ocds-kuma6s-002643
Published by:
Newport City Council
Authority ID:
AA0273
Publication date:
08 October 2013
Deadline date:
07 November 2013
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 3000 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. 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.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


St Julians High School

Heather Road,

Newport

NP197XU

UK

Karl Shackleford

+44 1633224490

karl.shackleford@stjuliansschool.co.uk


www.stjuliansschool.co.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0273
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
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(a))

Type of works contract

II.1.2(b))

Type of supplies contract

Checked box Unchecked box Unchecked box
Unchecked box Unchecked box

II.1.2(c))

Type of service contract

II.1.2)

Main site or location of works, place of delivery or performance

St Julians High School,Newport,South Wales



UKL21

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Checked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

9

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

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 3000 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)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

200000.00400000.00
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

 03-02-2014 03-10-2014

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 Terms of financing and payment and/or reference to the relevant provisions

Interim payments

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


(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 capacity


(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


(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)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

5

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

SJC-IT-2013/01

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 22-10-2013

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 07-11-2013  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 or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

(WA Ref:2643)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 08-10-2013

Coding

Commodity categories

ID Title Parent category
48761000 Anti-virus software package Virus protection software package
48710000 Backup or recovery software package Software package utilities
72221000 Business analysis consultancy services Systems and technical consultancy services
79132000 Certification services Legal documentation and certification services
32570000 Communications equipment Telecommunications equipment and supplies
32571000 Communications infrastructure Communications equipment
72800000 Computer audit and testing services IT services: consulting, software development, Internet and support
72150000 Computer audit consultancy and hardware consultancy services Hardware consultancy services
30211400 Computer configurations Mainframe computer
80533200 Computer courses Computer-user familiarisation and training services
30200000 Computer equipment and supplies Office and computing machinery, equipment and supplies except furniture and software packages
22471000 Computer manuals Manuals
30233100 Computer storage units Media storage and reader devices
72600000 Computer support and consultancy services IT services: consulting, software development, Internet and support
80533100 Computer training services Computer-user familiarisation and training services
30230000 Computer-related equipment Computer equipment and supplies
72510000 Computer-related management services Computer-related services
72590000 Computer-related professional services Computer-related services
72500000 Computer-related services IT services: consulting, software development, Internet and support
32583000 Data and voice media Data equipment
72311100 Data conversion services Computer tabulation services
32580000 Data equipment Telecommunications equipment and supplies
72300000 Data services IT services: consulting, software development, Internet and support
30210000 Data-processing machines (hardware) Computer equipment and supplies
32260000 Data-transmission equipment Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
30213300 Desktop computer Personal computers
72591000 Development of service level agreements Computer-related professional services
79131000 Documentation services Legal documentation and certification services
31682530 Emergency power supplies Electricity supplies
32560000 Fibre-optic materials Telecommunications equipment and supplies
48771000 General utility software package General, compression and print utility software package
35123400 Identification badges Site-identification equipment
48800000 Information systems and servers Software package and information systems
72222000 Information systems or technology strategic review and planning services Systems and technical consultancy services
51000000 Installation services (except software) Other Services
51610000 Installation services of computers and information-processing equipment Installation services of computers and office equipment
72212220 Internet and intranet software development services Programming services of application software
32412110 Internet network Communications network
32412120 Intranet network Communications network
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
48517000 IT software package Communication software package
30199760 Labels Paper stationery and other items
31216100 Lightning-protection equipment Lightning arrestors
72710000 Local area network services Computer network services
79420000 Management-related services Business and management consultancy and related services
22470000 Manuals Stamps, cheque forms, banknotes, stock certificates, trade advertising material, catalogues and manuals
30236000 Miscellaneous computer equipment Computer-related equipment
48900000 Miscellaneous software package and computer systems Software package and information systems
32420000 Network equipment Networks
32424000 Network infrastructure Network equipment
72511000 Network management software services Computer-related management services
32413100 Network routers Integrated network
32427000 Network system Network equipment
72212200 Networking, Internet and intranet software development services Programming services of application software
48200000 Networking, Internet and intranet software package Software package and information systems
32400000 Networks Radio, television, communication, telecommunication and related equipment
30000000 Office and computing machinery, equipment and supplies except furniture and software packages Computer and Related Services
48620000 Operating systems Database and operating software package
32562100 Optical-fibre cables for information transmission Optical-fibre cables
30237000 Parts, accessories and supplies for computers Computer-related equipment
30232000 Peripheral equipment Computer-related equipment
30213000 Personal computers Data-processing machines (hardware)
48211000 Platform interconnectivity software package Networking software package
30213100 Portable computers Personal computers
79421200 Project-design services other than for construction work Project-management services other than for construction work
79421000 Project-management services other than for construction work Management-related services
48514000 Remote access software package Communication software package
98110000 Services furnished by business, professional and specialist organisations Membership organisation services
72265000 Software configuration services Software-related services
48000000 Software package and information systems Computer and Related Services
72268000 Software supply services Software-related services
38636000 Specialist optical instruments Astronomical and optical instruments
80510000 Specialist training services Training services
31217000 Surge suppressors Electrical apparatus for switching or protecting electrical circuits
72250000 System and support services Software programming and consultancy services
72224100 System implementation planning services Project management consultancy services
72212780 System, storage and content management software development services Programming services of application software
48780000 System, storage and content management software package Software package utilities
72246000 Systems consultancy services Systems analysis and programming services
72254100 Systems testing services Software testing
30213200 Tablet computer Personal computers
22473000 Technical manuals Manuals
71356400 Technical planning services Technical services
71356000 Technical services Engineering-related scientific and technical services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services
64210000 Telephone and data transmission services Telecommunications services
32320000 Television and audio-visual equipment Television and radio receivers, and sound or video recording or reproducing apparatus
73430000 Test and evaluation Research and Development services on security and defence materials
72212930 Training and entertainment software development services Programming services of application software
48930000 Training and entertainment software package Miscellaneous software package and computer systems
80500000 Training services Education and training services
72720000 Wide area network services Computer network services
32510000 Wireless telecommunications system Telecommunications equipment and supplies
30214000 Workstations Data-processing machines (hardware)

Delivery locations

ID Description
1021 Monmouthshire and Newport

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
08 October 2013
Deadline date:
07 November 2013 00:00
Notice type:
Contract Notice
Authority name:
Newport City Council
Publication date:
15 October 2013
Notice type:
Additional Information
Authority name:
Newport City Council
Publication date:
05 November 2013
Notice type:
Additional Information
Authority name:
Newport City Council
Publication date:
01 April 2014
Notice type:
Contract Award Notice
Authority name:
Newport City Council

About the buyer

Main contact:
karl.shackleford@stjuliansschool.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
15/10/2013 10:09
FS.GEN.04a Amendments
Following a conversation with the Local Authority's Procurement Team regarding the minimum Public Liability insurance required for Public Sector works, we have amended the value to £5000000.00.
05/11/2013 11:03
Submission Deadline/Application Deadline Date(s) Changed
The Deadline date was changed from 07/11/2013 17:00 to 07/11/2013 17:00.

The Application Deadline date was changed from 22/10/2013 to 07/11/2013.

The application deadline date listed pertains to a deadline for queries relating to the completion of the PQQ and not a deadline for application submissions.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

doc
doc284.50 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.