ICT Managed Services

Open

Value

£0

Classifications

  • IT services: consulting, software development, Internet and support

Tags

  • tender

Submission Deadline

4 weeks from now

Published

8 hours ago

Description

Canterbury City Council on behalf of Canterbury Environment Company (“CEC”) wishes to select and appoint a suitable supplier for the provision of ICT Managed Services and invites tenderers to submit a tender to meet this requirement.
The specific requirements for the above are detailed in the Suite of Documents.  It should be noted that by submitting a tender, you confirm that you understand and can meet these requirements.
The Contract is anticipated to commence Mid October  / November 2025 and will continue for a period of 3 years, (unless terminated early in accordance with the terms and conditions of the Contract) and may be extended up to 31 January 2029, subject to the satisfactory performance of the Services and at CEC’s entire discretion. Any such extension shall be on the same terms and conditions of this Contract and shall be subject to mutual agreement in writing.
Full details and requirements are included within the Invitation to Tender Documentation.
Important Notice:
Suppliers should in the first instance register themselves on the Kent Business Portal by following registration instructions. After registering suppliers are asked to express their interest in this opportunity, after which suppliers will be able to access and download all the required documents attached to this notice. Please ensure you download all documents and complete according to instructions contained.
Attachments:
Instructions to Suppliers: Expressions of interest will only be accepted via the Kent Business Portal (www.kentbusinessportal.org.uk).
Note that in order to successfully submit your interest you will first need to register for an account on the portal. After registration is complete and you've received your login details you should return to the advert for the opportunity and express your interest.
You will then receive an email giving you a link to the documentation provided and be able to access the tender documents. The tender documents are required to be completed and submitted electronically via the Kent Business Portal by no later than 12:00 on 18 September 2025
Questions and Communication:
Please direct all questions and communication through the Kent Business Portal via the message facility (once registered).

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

St Chad's Academies Trust - ICT Managed Service

St Chad's Academies Trust is one of the Lichfield Diocesan Multi Academy Trust (MAT) a part of Lichfield Diocese, one of the 44 Dioceses which make up the Church of England. The Diocese covers most of the County of Staffordshire, the northern part of the County of Shropshire and a substantial part of the former Metropolitan County of the West Midlands. The Diocese envelops all or part of 7 Local Authorities and has 207 Church Schools and academies in its remit. The Board works in partnership with the seven Local Authorities in the Diocese (Sandwell, Shropshire, Staffordshire, Stoke-on-Trent, Telford & Wrekin, Walsall and Wolverhampton) and also with the Department for Education and Academy Trusts. The Board also works alongside higher and further education providers. The Board ensures that headteachers, teachers and governors have the intellectual and spiritual resources to promote the distinctive Christian character of our schools. The Board also supports the collaboration between clergy, parishes, church and community schools. The ICT Support at the Trust is currently provided by a 13 outsourced support providers who provides a mix of scheduled onsite visits and remote support. 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. 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 • A Service Desk, available 52 weeks a year including out of hours access • Local staffing which suppliers deem necessary to deliver the service and meet the SLA requirements - 42 weeks onsite in schools and 50 weeks for 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 • In school support for the integration and upgrade of the connectivity, communications and security infrastructure as required • 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: • There are currently 13 suppliers supporting the 19 sites • The Trust will provide a standard contract as part of the ITT Pack • There is not expected to be a requirement for TUPE from existing suppliers

Katy Reed

Published 3 hours ago
Open

AMS PSQ

The contracting Authority ('Authority') in relation to this notice is the Mayor's Office for Policing and Crime (MOPAC), on behalf of the Metropolitan Police Service (MPS). The scope of services is organised into key service areas and described at high level below, these are split into the 'Core Services' and 'Optional Services'. It should be highlighted at this stage that all services listed could be delivered by the successful Supplier, but the volume and introduction date of the 'Optional Services' may be varied at the sole discretion of the Authority. The commencement of the 'Core Services' is due to start on the Service Commencement Date, which may be deferred at the discretion of the Authority. The Authority expects the split of services below to remain the same. Core Services • Tower Service Management (TSM) - Service Management functions that are delivered by the Supplier that are essential to the correct running of both ITIL service and the integration of other services within the MPS ecosystem • Application Management Services (AMS) - The effective support and maintenance of Applications within the MPS estate, to ensure a highly available and maintained estate with IT Service Continuity Management at the heart of the Service. • Applications Security - Aligned to industry best practice, integrated with the specific security functions and the Managed Security Service Provider (MSSP) to ensure that all services are delivered in a highly secure manner with data and users protected throughout all aspects of the service. Optional Services • Managed Cloud - The effective support and maintenance of deeper elements of the application and associated technology stack in order to give a greater level of end-to-end accountability for application service and performance • Digital Workplace - The effective support and maintenance of software and associated technology that manages End User Devices and allows end users to access the tools and platforms they need to work effectively regardless of location. • Agile - Agile Application development methodologies to augment the existing capability within MPS and to further enhance the capability in order to mature the service The purpose of this Preliminary Market Engagement Notice is to notify the market of the opportunity of the MPS AMS procurement and to provide information of how to participate in the engagement. The MPS is looking to contract with a Supplier to deliver support for circa 50 applications (although this figure may change during the procurement) of varying size, complexity and business criticality. Whilst the relative importance of the applications supported vary, they all play a vital role in enabling the Authority to fulfil its mission of delivering more trust, less crime and high standards. The MPS is looking for a partner who can deliver the core scope of the obligations to a high standard as these are crucial for the running of the service. The optional services may be brought into scope over the life of the contract at the discretion of the Authority and the supplier will be required to show their capability in this area. The successful supplier will also have the potential to deliver project and change work, based on delivery of the Core Services and at the behest of the Authority. The current MPS estate operates as a two-tower model compromising of an Infrastructure Tower and an Applications Tower with overarching process integration and cyber security services provided by the Infrastructure Tower. The Authority expects the AMS Supplier to work closely with the Infrastructure Supplier to facilitate their role as service integrator. The Authority operates a number of other strategic vertical applications which the supplier may need to interact with on an ad hoc basis. The Authority wants to ensure that there is adequate resilience built into its supplier ecosystem and that there are no conflicts between the AMS Service and the management of the overarching service provided by the Infrastructure Supplier. The Authority therefore reserves the right to include exclusivity of supply between the Infrastructure and AMS suppliers i.e. the same supplier cannot fulfil both contracts (as either the primary Bidder, consortia member or subcontractor). Where a Bidder submits a tender to become the AMS supplier, it shall be construed that it acknowledges and agrees to the restriction outlined above. The procurement will build upon and develop the current delivery model, leveraging modern technologies to provide a data led, silent and frictionless service. These enhanced services will be proactive, agile and flexible delivering an improved user experience, providing benefit to both operational and frontline policing whilst offering greater value for money.

Katy Reed

Published 3 days ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete