Tender

Advantage Schools - ICT Managed Service

ADVANTAGE SCHOOLS

This public procurement record has 1 release in its history.

Tender

17 Nov 2025 at 19:14

Summary of the contracting process

Advantage Schools, a sub-central government public authority located in Bedford, UK, is initiating a tender process for an ICT Managed Service. This tender, part of an open competitive flexible procedure, focuses on providing a comprehensive ICT service across the Trust's 10 sites. The procurement, valued at approximately £6.1 million, aims to secure an innovative partner for a five-year service beginning 27th July 2026. Key dates include the tender period ending on 19th December 2025, and the award period concluding by 5th March 2026. The procurement falls under the services category, emphasising IT and education-related services.

This procurement presents significant opportunities for businesses specialising in ICT managed services, offering roles in strategic management, technical support, and infrastructure development. The bidding process will evaluate quality alongside price, prioritising companies that can deliver a robust, modern ICT framework. Ideal competitors are those capable of providing continuous technological innovation and support, with a proven track record in managing comprehensive ICT services in educational settings. Businesses skilled in consulting, software development, Internet services, and educational IT training will likely find this tender particularly aligned with their growth objectives.

How relevant is this notice?

Notice Information

Notice Title

Advantage Schools - ICT Managed Service

Notice Description

Advantage Schools encompasses circa 6.540 pupils cross 10 sites. The Trust is a mix of Primary and Secondary settings and is the result of a merger in September 2024 of The Shared Learning Trust and Advantage Schools. The vision of the Trust is to provide all children with the highest quality of teaching of an excellent academic curriculum, which enables them to become highly educated and to be full and active participants of society. We do not make exceptions in our high aspirations. The merger of The Shared Learning Trust with Advantage Schools came about because the ten schools agree that: * Every child should benefit from a broad, ambitious, knowledge-rich curriculum, taught by highly skilled teachers. * Every school must have a well-designed and well-sequenced curriculum, which ensures children build knowledge in a broad range of subjects before going on to specialise after the age of 16. * Every child must be taught this broad and ambitious curriculum in a school with high expectations and strong standards of behaviour. * All children can and will benefit disproportionately from being taught in this family of schools. The Trust is taking the opportunity to go to the market to identify the best innovative and forward-looking partner to support them in the delivery and development of their ICT provision over the next five years. The new service will be fully out-sourced and begin on the 27th July 2026 This procurement includes (but may not be limited to) the items listed below. * A core managed service, management of all ICT against an agreed SLA * 24 x 7 x 365 remote monitoring and management * A Service Desk, available 50 weeks a year including out of hours access * Local staffing which suppliers deem necessary to deliver the service and meet the SLA requirements - 50 weeks onsite in schools and the Head Office * Strategic advice and direction to the Trust regarding ICT * Responsibility for design, specification, installation, and management of all ICT infrastructure * Supply of goods and services based on an agreed Best Value approach * Management of 3rd parties where relevant to the ICT support * Relevant monitoring, management, patching * Regular performance reporting * CPD and training - digital skills and curriculum as necessary * There is an expectation that the provider will support and/or drive innovation * Maintain technical documentation * Maintain operational documentation, for example inventory management and risk registers * Collective partnership targets aligned to the Trust objectives * Suppliers may be required to deliver a range of technology and change management projects in addition to the providing the core managed service. Suppliers should note the following: * The Trust will provide a standard contract as part of the ITT Pack * There will be a requirement for TUPE from existing supplier and the Trust.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05e2db
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/074572-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

30 - Office and computing machinery, equipment and supplies except furniture and software packages

32 - Radio, television, communication, telecommunication and related equipment

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support

80 - Education and training services


CPV Codes

30230000 - Computer-related equipment

32400000 - Networks

48000000 - Software package and information systems

72000000 - IT services: consulting, software development, Internet and support

80000000 - Education and training services

Notice Value(s)

Tender Value
£6,100,000 £1M-£10M
Lots Value
£6,100,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Nov 20252 weeks ago
Submission Deadline
19 Dec 20252 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
26 Jul 2026 - 26 Jul 2031 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
ADVANTAGE SCHOOLS
Additional Buyers

MOXTON EDUCATION LTD

Contact Name
Geoff Chandler
Contact Email
centralfinance@advantageschools.co.uk, geoff.chandler@moxton-education.com
Contact Phone
0044 7970661087

Buyer Location

Locality
BEDFORD
Postcode
MK44 3RZ
Post Town
Milton Keynes
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF1 Derbyshire and Nottinghamshire
Small Region (ITL 3)
TLF15 North Nottinghamshire
Delivery Location
Not specified

Local Authority
Newark and Sherwood
Electoral Ward
Castle
Westminster Constituency
Newark

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05e2db-2025-11-17T19:14:59Z",
    "date": "2025-11-17T19:14:59Z",
    "ocid": "ocds-h6vhtk-05e2db",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-07337888",
            "name": "ADVANTAGE SCHOOLS",
            "identifier": {
                "scheme": "GB-COH",
                "id": "07337888"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PPNW-6479-QPGY"
                }
            ],
            "address": {
                "streetAddress": "Bedford I-Lab",
                "locality": "Bedford",
                "postalCode": "MK44 3RZ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH24"
            },
            "contactPoint": {
                "email": "centralfinance@advantageschools.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.advantageschools.co.uk",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-09008303",
            "name": "MOXTON EDUCATION LTD",
            "identifier": {
                "scheme": "GB-COH",
                "id": "09008303"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PPHN-8276-MGRZ"
                }
            ],
            "address": {
                "streetAddress": "Ossington Chambers",
                "locality": "Newark",
                "postalCode": "NG24 1AX",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF15"
            },
            "contactPoint": {
                "name": "Geoff Chandler",
                "email": "geoff.chandler@moxton-education.com",
                "telephone": "0044 7970661087"
            },
            "roles": [
                "procuringEntity",
                "processContactPoint"
            ],
            "roleDetails": "Management of the Procurement"
        }
    ],
    "buyer": {
        "id": "GB-COH-07337888",
        "name": "ADVANTAGE SCHOOLS"
    },
    "tender": {
        "id": "ocds-h6vhtk-05e2db",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Advantage Schools - ICT Managed Service",
        "description": "Advantage Schools encompasses circa 6.540 pupils cross 10 sites. The Trust is a mix of Primary and Secondary settings and is the result of a merger in September 2024 of The Shared Learning Trust and Advantage Schools. The vision of the Trust is to provide all children with the highest quality of teaching of an excellent academic curriculum, which enables them to become highly educated and to be full and active participants of society. We do not make exceptions in our high aspirations. The merger of The Shared Learning Trust with Advantage Schools came about because the ten schools agree that: * Every child should benefit from a broad, ambitious, knowledge-rich curriculum, taught by highly skilled teachers. * Every school must have a well-designed and well-sequenced curriculum, which ensures children build knowledge in a broad range of subjects before going on to specialise after the age of 16. * Every child must be taught this broad and ambitious curriculum in a school with high expectations and strong standards of behaviour. * All children can and will benefit disproportionately from being taught in this family of schools. The Trust is taking the opportunity to go to the market to identify the best innovative and forward-looking partner to support them in the delivery and development of their ICT provision over the next five years. The new service will be fully out-sourced and begin on the 27th July 2026 This procurement includes (but may not be limited to) the items listed below. * A core managed service, management of all ICT against an agreed SLA * 24 x 7 x 365 remote monitoring and management * A Service Desk, available 50 weeks a year including out of hours access * Local staffing which suppliers deem necessary to deliver the service and meet the SLA requirements - 50 weeks onsite in schools and the Head Office * Strategic advice and direction to the Trust regarding ICT * Responsibility for design, specification, installation, and management of all ICT infrastructure * Supply of goods and services based on an agreed Best Value approach * Management of 3rd parties where relevant to the ICT support * Relevant monitoring, management, patching * Regular performance reporting * CPD and training - digital skills and curriculum as necessary * There is an expectation that the provider will support and/or drive innovation * Maintain technical documentation * Maintain operational documentation, for example inventory management and risk registers * Collective partnership targets aligned to the Trust objectives * Suppliers may be required to deliver a range of technology and change management projects in addition to the providing the core managed service. Suppliers should note the following: * The Trust will provide a standard contract as part of the ITT Pack * There will be a requirement for TUPE from existing supplier and the Trust.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30230000",
                        "description": "Computer-related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32400000",
                        "description": "Networks"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 7320000,
            "amount": 6100000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Stage 1 - Analysis of responses to the PSQ Document Stage 2 - Analysis of the formal Bid document from shortlisted bidders at Stage 1 Stage 3 - Presentations - Analysis from this bidders who submit at Stage 2"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "The Submission email addresses are in the PSQ Document",
        "submissionTerms": {
            "electronicSubmissionPolicy": "notAllowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-12-19T12:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2025-12-04T12:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-03-05T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 7320000,
                    "amount": 6100000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-07-27T00:00:00+01:00",
                    "endDate": "2031-07-26T23:59:59+01:00"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "A-7982",
                "documentType": "biddingDocuments",
                "description": "PSQ Response Document",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-7982",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "A-7983",
                "documentType": "biddingDocuments",
                "description": "PSQ Response Document in PDF",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-7983",
                "format": "application/pdf"
            },
            {
                "id": "074572-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/074572-2025",
                "datePublished": "2025-11-17T19:14:59Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}