CA14149 - York College - Magma Workstations

Award

Buyers

Value

£0

Classifications

  • Workstations

Tags

  • award

Submission Deadline

9 months ago

Published

9 months ago

Description

York College - Magma Workstations

To access this competition: 

Registered:
Login to https://suppliers.multiquote.com and view the opportunity CA14149.

Not registered:
Visit https://suppliers.multiquote.com then register and quote CA14149 as the reason for registration. 

 Any queries please contact MultiQuote on 0151 482 9230.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Learning Academy Partnership (South West) ICT Managed Service

The Learning Academy Partnership Trust (LAP) is a Trust of 19 Academies south of Exeter with the head office based in Newton Abbot. The LAP(SW) Trust was established in 2012 from its initial inception at IlIisham Academy. The Trust is a family of inclusive and aspirational schools working together within a Multi-Academy Trust with a Church of England Foundation. The Trust is a values driven organisation and welcomes both church and community schools as well as those in all Ofsted categories. The mission and core purpose of our School Trust is to enable Flourishing Futures for our children by working together as a values-led family of exceptional academies, delivering an entitlement to exceptional education across all our local communities and where every child flourishes. We believe that every young person, regardless of their background or context, can achieve and exceed the highest of expectations. The Trust currently encompasses 19 schools but is expected to grow this year and again in the coming years. The companies identified from these shortlisting questions to receive the ITT for the Managed Service will then receive a detailed set of requirements. For the purposes of this shortlisting stage bidders should assume that the ITT will include, but is not be limited to; • strategic advice and direction to the Trust regarding ICT • Monitoring and management of the network 24 x 7 x 365 a 40 week core service, incorporating on-site staff/visits as necessary in schools a 50 week core service, incorporating on-site staff/visits as necessary for the central team office • Service desk • local staffing that bidders deem necessary to deliver the SLA • responsibility for design, specification, installation, and management of all ICT infrastructure • supply of goods and services based on an agreed Best Value (BV) approach • management of all ICT against an agreed SLA • management of 3rd parties • relevant monitoring, management, patching and reporting • training - technical and curriculum as necessary • expectation that the provider will drive innovation • risk registers and inventory management • collective partnership targets aligned to the Trusts objectives Bidders should note the following: • The Trust will provide a standard contract as part of the ITT Pack • There is will be a requirement for TUPE from existing suppliers. Further details about the solution requirements will be provided to those bidders who are shortlisted to receive the ITT AQ pack.

Open

SSE Service Desk, End User Services, Cloud Operations and SIAM Services

SSE Services Plc (the "Authority" and "SSE") is undergoing a service transformation journey, titled Programme Compass, to ensure that the Authority can meet the changing needs of the business as applications are modernised and a cloud first, and cloud native strategy is adopted. As part of Programme Compass, the Authority intends to implement a more focused, responsive and customer centric EUS (End user services), SD (Service Desk), Cloud Operations, and SIAM (service integration and management services). The Authority currently outsource End User Services and IT support services to two main providers, with one providing Service Desk & desk-side support, desktop device support, Service management and Cloud & Infrastructure services and the other providing End User services through a leased model for laptops and mobiles/tablets. The Authority has made the strategic decision to retender these IT services, with a view to improve the user experience, improve efficiency and effectiveness, and enable delivery of IT services in a more seamless way. The Authority is also moving towards a hybrid SIAM model. In this model, the Applicant will act as a Service Integrator (SI), whereby the Applicant focuses on operational execution of key SIAM services, whilst the Authority governs and owns them. The service will support ~20,000 end users (including up to 5% VIP users seeking priority services) across 350 geographically dispersed sites in the UK, Republic of Ireland, Netherlands, Poland, Spain, France, Italy, Greece and Japan (note that the list of these Service locations may be subject to change within the contract). The end user device estate includes large corporate offices and operational facilities, with the breakdown of users consisting of: 16,000 laptops, 1,800 desktops / mini PCs, and 14,500 mobiles / tablets. All stated volumes are indicative and subject to change throughout the procurement process. As a service provider delivering the in scope IT services to the Authority, the Applicant will need to deliver service management capabilities in accordance with the Authority's processes, policies and standards. Such documents shall be shared at the ITT stage. For assurance of supply of services for Service Desk, End User Services and Cloud Level 2 Operations, the Authority intends to within 6 months or as early as possible from the Effective Date (as defined in the Contract), have transitioned all services to the selected service provider. The scope of services is structured into five service towers as follows: Service Tower 1: Service Desk Services Service Tower 2: End User Services Service Tower 3: Service Management Platform and Data Services Service Tower 4: Cloud Level 2 Operations Service Tower 5: Service Integration and Management Services The Authority reserves the right to exclude Service tower 5 from the scope of this tender in the next stage of the procurement. Further information on the Service specification details for each service towers, is outlined in the 'Attachment 2 - PQQ Supplement' that can be downloaded from on the Jaggaer portal, as per section "1.3) Communication" section in this Contract Notice The Applicants intending to participate in the PQQ process will need to email the Authority on [email protected], with a confirmation of 'Expression of Interest' (EOI) along with details as per Section3 of 'Attachment 2 : PQQ Supplement' document on Jaggaer . The Authority will, in response, share access credentials unique to each applicant, via email for the Applicants to complete a Supplier Registration form. Further help and support will be available for any technical or login assistance via Supplier Helpdesk on the Jaggaer portal. Applicants need to note that, it is important to email the Authority as directed as soon as possible and by 17 February 2025 in order to start the Jaggaer registration process and maximise the response time that is available

SSE SERVICES PLC

Published 2 weeks ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete