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
- 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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/074572-2025
17th November 2025 - Tender notice on Find a Tender -
-
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}