specification of requirements for broadband services
TRANSCRIPT
1
Specification of
Requirements for
Broadband Services Prepared by: Mark Crompton
Mark Crompton
John Taylor Multi Academy Trust
2
Contents
1. Introduction ................................................................................................................................................ 4
1.1 Scope of requirements .................................................................................................................... 4
2. Schools / Headquarters ............................................................................................................................... 5
2.1 Current Infrastructure ........................................................................................................................... 5
2.2. IP Addresses .......................................................................................................................................... 5
2.3 Internet Access ...................................................................................................................................... 5
3. Security ...................................................................................................................................................... 65
3.1. Firewall ................................................................................................................................................. 6
3.2. Filtering and Monitoring ....................................................................................................................... 6
3.2.1. Outcomes required ........................................................................................................................ 7
4. Network Access ........................................................................................................................................... 8
4.1. Network Access .................................................................................................................................... 8
4.2. Capabilities.......................................................................................................................................... 98
4.3. Upgrade Path ........................................................................................................................................ 9
4.4. Security Requirements...................................................................................................................... 9
5. Management ............................................................................................................................................... 9
5.1. Project Management ............................................................................................................................ 9
5.1.1 Implementation timescales ............................................................................................................ 9
5.1.2 Migration Process ........................................................................................................................... 9
5.1.3. Change Control Procedure .......................................................................................................... 10
5.2. Service Management .......................................................................................................................... 10
5.2.1. Fault Reporting ............................................................................................................................ 10
5.2.2. Service Levels ............................................................................................................................... 11
5.2.3. Maintenance, Fault Reporting Procedures and Helpdesk ....................................................... 1211
5.2.4. Service Credit Regime .................................................................................................................. 12
5.3. Network Management Options ...................................................................................................... 1312
5.3.1. Quality of Service, Packet Loss and Packet Latency .................................................................... 13
5.3.2. Circuit and Network Performance Metrics .................................................................................. 13
5.4. Operational Support System .............................................................................................................. 13
5.5. Customer Premises Equipment ...................................................................................................... 1413
5.5.1 Disaster Recovery ......................................................................................................................... 14
6. Solution Pricing .......................................................................................................................................... 14
6.1. Pricing Options .................................................................................................................................... 14
6.1.1. VAT ........................................................................................................................................... 1514
3
7. Terms and Conditions ........................................................................................................................... 1514
Invoicing and Charges: ........................................................................................................................... 1514
8. Evaluation of Proposals ............................................................................................................................. 15
9. Procurement Process ................................................................................................................................ 15
9.1. Submission of Proposals ..................................................................................................................... 15
Appendix A – School and Site Information ................................................................................................ 1716
Appendix B – Price Book ............................................................................................................................ 1918
4
1. Introduction
John Taylor Multi Academy Trust (JTMAT) is a large trust based in Staffordshire covering Staffordshire and
South Derbyshire. There are 14 schools, a teaching school and a research school within the Trust with its
headquarters based in one of our schools, the John Taylor Free School. There are 14 schools - a teaching
school and a research school within the Trust with its headquarters based in one of our schools (the John
Taylor Free School). The schools are supported by the Trust’s central support team from the headquarters
and will need access to each school from this central location. 12 of the 14 schools, approximately 7000
users within the Trust require cost effective connectivity and IT security.
Suppliers should note that the Trust has been named as a sponsor for two new build free schools that will
require onboarding with the same terms and conditions as specified within this document. These schools
are:
• Fradley Park Primary School, Fradley, Staffordshire (Free school presumption)
• Branston Locks Primary School, Tatenhill, Staffordshire (wave 13)
The Trust has also submitted a free school bid to open an all-though school in Rugeley, Staffordshire.
The supplier should also note, over the contract period there may be a need to onboard other schools who
subsequently join the Trust. The supplier should have the capacity, capability and experience to manage
these telecommunication installations.
Suppliers should be aware that schools are now high users of technology and have high expectations of a
service which meets sophisticated teaching, learning, management and administrative needs. Many of our
schools make good use of cloud technologies: online interactive resources and lately, video conferencing
facilities, any new network must facilitate current and growing demands. Schools have a growing
dependence upon online learning and communications and therefore a reliable connection is required for
all 12 sites.
All secondary schools (4) require a minimum 1000Gbps connection on a 1000Gbps bearer with primary
schools (8) requiring EoFTTC connectivity at the maximum available speed. The service should have very
high availability, be robust, affordable and for primaries offer the opportunity to upgrade to leased line
connectivity should the need arise over the contract period.
Suppliers should note that the Trust requires a supplier who has the capacity and capability to become a
trusted partner. Each site will require their own contract and services to be invoiced to the Trust
headquarters. Each site is not required to use the same carrier, we will require the supplier to state which
carrier they are using to deliver the service to each site. The contracts will begin in September 2020 and
suppliers are asked to provide pricing based on a 3-year term.
Appendix A contains a details of each school requiring connectivity, with their number of staff and pupils.
1.1 Scope of requirements
The purpose of the document (including all relevant appendices) is to specify the requirements for the
provision of connectivity and web/content filtering incorporating the following:
• Leased Line/EoFTTC connectivity
• Service Management
• Filtering and Safeguarding
• Network Management – including bandwidth utilisation.
5
The Trust requires a suitable CoS/QoS enabled service, which is VoIP compatible. The contact period will be
three years with a review at the end of year two.
The solution should include a review of pricing at the end of year two. If there are price reductions provided
by the line supplier or by any other means e.g. Virgin or Openreach, these should be passed on to the
customer so that the Trust is in line with current pricing structures with your organisation.
Please note that leased line solutions should ideally be in place by September 2020 for our secondary
schools (4).
2. Schools / Headquarters
2.1 Current Infrastructure
All our secondary schools currently have a leased line with speeds typically between 100Mbps – 200Mbps
on a 1Gbps bearer, the primaries have 10Mbs – 60Mbps connections with a mixture of EoFTTC and FTTC
products.
The headquarters is based at John Taylor Free School and shares its connectivity.
2.2. IP Addresses
All schools are configured with individual subnets. The existing IP ranges will be provided to the appointed
supplier prior to implementation as the existing ranges must be kept.
Each school has a four dedicated public IP address with NAT at the suppliers firewall. These IP’s must be
provided to the Strategic Network Manager. A single continuous range of public IP’s is preferable.
These IPs should all terminate at the appointed suppliers firewall and then have a NAT rule to direct traffic
to the internal IP’s defined by the Strategic Network Manager. Any published server must be protected by
restricted ACL’s on the supplier’s firewall, details of the ports/protocols needed will be supplied by the
Strategic Network Manager.
QoS should be enabled across the WAN for and between specific IP ranges such as Domain Controllers. This
is to ensure and reduce file and active directory replication errors.
2.3 Internet Access
The Trust requires a new suitable internet connection at each site. The Trust requires flat rate prices for
each school. The contractor will need to consider projected growth of schools for the duration of the
contract.
The connection must be monitored and have an SLA with quick response and fix times should a fault occur
on the line or any associated equipment provided. Details should be provided at every stage of the fault
management process to the Trust. Estimated timescales should also be provided where possible.
Although not to be considered as part of this process, our secondary schools may at their discretion require
a secondary backup circuit. In this instance we require the Primary circuit to automatically failover to the
Secondary backup circuit in the event of an outage. Public IP’s should move across to the secondary circuit
using HSRP or similar. The Primary circuit should automatically take over the connection when any outage
has been resolved without any user interaction.
6
3. Security
Currently schools within the Trust can directly access each other via an MPLS network. This inter-site
connectivity is required and is up to the supplier to state how this will be achieved and what, if any
limitations exist e.g. connecting to new school who may not be on the providers network.
3.1. Firewall
The Trust requires a managed router at each site, this router should connect to an appropriate centrally
managed firewall. The routers and firewall equipment should be appropriate, recognised, and reliable with
valid service level agreements throughout the lifetime of the contact. The Trust requires the flexibility to
make to changes to the firewall and ACLs. This is this to be achieved by a change request. The supplier is to
detail this process along with any lead-times.
The firewall must be of appropriate specification to meet the collective needs of all our schools, meeting
the specifications outlined by the UK Safer Internet Centre1. The solution should also have options to
upgrade/scale out should the demand increase. Indicative costs for this should be included in the proposal.
The supplier will need to facilitate the transfer of any existing school-specific rules/ports to the new firewalls.
The design should protect the organisation from zero-day security threats such as DoS, DDoS, worms and
operational vulnerabilities. All firewalls must incorporate IDS/IPS and an incident response mechanism that
is fit for purpose.
3.2. Filtering and Monitoring
The Trust requires the supplier to provide appropriate filtering and monitoring for all schools. We recognise
no filtering system can be 100% effective and needs to be supported with good teaching and learning
practices and effective supervision. Filtering must:
• Be an IWF member and block access to illegal Child Abuse Images and Content.
• Integrate the ‘the police assessed list of unlawful terrorist content, produced on behalf of the Home
Office’.
• Have Layer 7 Application Control
• Include 3 years of relevant subscriptions within their tender
As a trust, we need to be satisfied that our filtering systems manage the following inappropriate content
(and web search):
• Discrimination.
• Drugs / substance abuse.
• Extremism.
• Malware / Hacking.
• Pornography.
• Piracy and copyright theft.
• Self-harm.
• Violence.
1 https://www.saferinternet.org.uk/advice-centre/teachers-and-school-staff/appropriate-filtering-and-monitoring
7
The list should not be considered an exhaustive and providers need to demonstrate how their system
manages that content and many other aspects.
Additionally, the filtering system provided needs to meet the following principles:
• Age appropriate, differentiated filtering – includes the ability to vary filtering strength
appropriate to age and role.
• Control - has the ability and ease of use that allows schools to control the filter themselves to
permit or deny access to specific content.
• Filtering Policy – the filtering provider publishes a rationale that details their approach to filtering
with classification and categorisation as well as over blocking.
• Identification - the filtering system should have the ability to identify users and devices.
• Mobile and App content – isn’t limited to filtering web traffic and includes the blocking of
inappropriate content via mobile and app technologies.
• Multiple language support – the ability for the system to manage relevant languages.
• Network level - filtering should be applied at ‘network level’ ie, not reliant on any software
installed on user devices.
• Reporting mechanism – the ability to report inappropriate content for access or blockings.
• Reports – the system offers clear historical information on the websites visited by your users.
• Delegated access – the ability for different users to be able to access/test/monitor different
aspects of the system. E.g. teachers can pre-check websites and DSL/DDSL can monitor activity for
their school.
In addition, the Trust requires a transparent proxy server to support BYOD clients and other devices that
are not capable of authenticating e.g. Kindles. The supplier is to detail how this can be achieved with the
proposed solution.
Although not part of the procurement process, the Trust also requires pro-active monitoring of client
devices on the LAN including iPads and other mobile devices. Predominately, schools within the Trust
currently use Smoothwall Monitor to monitor this activity. If applicable the supplier should detail any
costs of procuring this system through them.
3.2.1. Outcomes required Requirement
System Flexibility The contractor will work with the Trust ICT team to facilitate the
transfer of current ACLs to the new system.
Trust ICT staff have the ability to modify and add new
ACLs/filtering rules for all sites
Schools ICT Staff can monitor and alter filtering policies for their
own school.
Administration Rights The system should offer the facility to have more than one
administrator.
8
Audit Trail The system should allow the Trust ICT team to see what changes
were made to content access, at what time, and who authorised.
The system should log who accessed, or attempted to access sites.
The system should allow the facility to monitor the content that
users access
Support The contractor will supply a support contract on a Mon-Fri, 8am –
5pm basis.
Key Performance Indicators The Contractor must be willing to set key performance indicators
to cover timescales, when requested changes are implemented
and minimum system availability. Financial penalties will be
composed when service falls below agreed levels
Active Directory Integration The system should integrate with the Academy’s active directory
in order for groups to be set up with different content access
rights.
At this current time the Trust comprises of several Active
Directory forests.
Mobile Devices The system should support mobile devices and enable the Trust to
report on and track users of those devices.
Disaster Recovery The Contractor should have disaster recovery policies and
procedures in place for all filtering lists and modifications
4. Network Access
The schools within the John Taylor Multi Academy Trust require connectivity between each site. We
envisage this to be provided via MPLS or SD-WAN connectivity. The Trust currently offers several services
via this connection such as Active Directory, File Replication, Finance and HR Systems.
It is anticipated that within the contract (1st year) period our centralised IP telephone system will be
investigated. It is therefore imperative that the new network can support various telephony options.
4.1. Network Access
Currently the schools within the Trust sit on the Entrust Education (Updata) network and have MPLS
connectivity to one another.
The secondary schools require a minimum fibre connection of 1000Mbit/s which must be synchronous and
uncontended. As part of the tender submission, pricing must also be provided for 200Mbit/s, and 500Mbit/s.
The primary schools require a minimum EoFTTC connection utilising the maximum available bandwidth.
Suppliers should state the theoretical maximum speed and expected upload and download speed for each
school.
We must have the ability to request upgraded bandwidth to be applied during the contract term. These
upgrades need to be quick and seamless to the schools with minimal to no disruption where possible. Any
hardware upgrades needed should require only minor hardware changes e.g. transceiver changes.
9
Downtime for any upgrades will need to be agreed with the schools and Trust ICT Manager and may, in
some cases, be required out of school hours.
Schools within the Trust are supported by a Strategic Network Manager and local IT teams based at each
school. The IT teams must be able to securely connect to the LAN of each school to effect ? IT support.
4.2. Capabilities
The chosen network equipment should be capable of supporting QoS, CoS, VoIP and SIP.
4.3. Upgrade Path
As specified in 4.1 the schools wish to connect,?? the Trust requires all sites to have the option to upgrade
even if this require a change in technology e.g. EoFTTC to Leased Line.
4.4. Security Requirements Please refer to point 3 in this document.
5. Management
5.1. Project Management
The supplier will provide a dedicated Project Manager who will oversee and be solely responsible for the
implementation of the solution. Utilising recognised Project Management methodologies, the supplier’s
Project Manager will initiate a project team with all the skills and experience needed to govern, implement,
commission and hand over to the satisfaction of the schools. The supplier Project Manager will also be the
central point of contact in their organisation, and will own all project documentation:
• Roles and Responsibilities.
• Work Schedule.
• Risk and Issue Log.
• Quality Plan.
• Change Control Board. The supplier Project Manager will have the authority to escalate issues within their organisation, including
any sub-contractors.
5.1.1 Implementation timescales The supplier will provide an accurate project plan containing timescales for all engineering and application
tasks. The project plan will contain milestones that allow schools and the Trust to understand and measure
the implementation process. Specific timescale areas are:
• Access circuit connectivity to schools.
• Survey of exchanges each school will connect back to so as no issues are identified once
installation is taking place, hence delaying the project.
• All sites should be installed and tested prior to 1st September 2020 and suppliers are required to
provide information on migration of individual sites as shown below.
5.1.2 Migration Process
10
The supplier must provide a clear path to allow the migration from the current infrastructure to the new
network. Details of this are to consider areas where the supplier, the Trust ICT team and the schools need
to liaise and agree mutual timescales to ensure seamless migration. The supplier must pay particular
attention to:
• School timetables, exam periods and term periods of each school.
• Changes to equipment and infrastructure.
• Possible changes to any IP addressing scheme and associated DNS and DHCP records.
With regards to the schools IP addressing structure the supplier needs to ensure that their proposal fits
with the existing scheme and minimises changes. Each site has its own private IP range and it is a
requirement to keep this. They also have at least one public IP address. Each site, or the Trust as a whole,
must present to the public internet with its own unique hide NAT IP. This is to ensure commonly used sites
such as BBC / Google / other common school resource sites do not mark the traffic as DDoS attack and that
other 3rd party cloud application providers can allow access to their services based in source IP.
5.1.3. Change Control Procedure The supplier will implement a change control policy to record changes to the contract during
implementation. The policy and process document needs to explain clearly who is involved, authorisation
and the timescales involved in making such change requests.
5.2. Service Management
The supplier will provide a Dedicated Service Manager to perform monthly account and service reviews to
ensure both parties are meeting their contractual obligations as detailed below. This should provide
monthly usage stats for each connected site and a solution to allow the Trust ICT team access to bandwidth
utilisation reports.
5.2.1. Fault Reporting The service levels presented below are considered minimum requirements, although we will consider
suppliers making reasonable alternative cost-performance proposals. We request that the supplier provides
the following:
i. Fault reporting and on-site maintenance service will be required for core Working Coverage Hours,
as identified below, plus extended periods outside of this where the supplier can offer such
enhanced services at no or negligible additional charges. The supplier must respond within the
service levels for fault reports and advise the estimated Fix/Service recovery timetable. Fault status
information must be supplied to the customer.
The school hours of operation are 08:00 to 17:00 Monday to Friday (at the convenience of the
schools).
ii. Network Target SLA – suppliers shall confirm that the per site availability will be in excess of 99.96%
(measured over a rolling 30 days with regards to the available uptime stated above) and suppliers
are advised to detail their committed SLA offer taking into account all sites and line types.
iii. The supplier must acknowledge to an agreed contact within 1 working hour of the fault report and
advise the estimated Fix/Service Recovery Timetable. The target on-site presence for leased line
schools is 4 hours with a fix time within 16 hours (i.e. next working day). The target for primary
11
schools is 7 hours with a fix time of 16 hours (i.e. next working day).
iv. Information and fault status information must be supplied to the customer.
v. All core equipment must be fault tolerant and have no single point of failure.
Additionally, suppliers are invited to propose any chargeable optional Service Level enhancements they
could offer to any key concentrator sites (such as increased coverage hours, network availability guarantees
or improvement upon a 4 hour target service restoration), which may or may not be adopted on a site-by-
site case at the sole discretion of each school.
5.2.2. Service Levels The following areas for service level measurement are used as an input into Key Performance Indicators
(KPI’s), which will be used to establish a service credit regime, with which suppliers are expected to comply
– please indicate your acceptance (or explain non-compliance or conditional agreement) in your response.
Network Performance
• Network Availability (including line faults, firewall problems and filtering issues).
• Packet Delivery (minimum success rate).
• Demonstration of suitable routine maintenance planning and execution (maintenance activities
undertaken).
• The mean time between failures of the components.
• Network performance should have a maximum of 20ms delay in packet delivery within the network
with an aim of achieving 10ms or less on fibre connections. Other connection types may vary but
the lowest possible latency should be aimed for.
• Latency to public websites is in addition to the above.
Network Faults
• Fault identification.
• Remote diagnosis response time.
• On-site response time.
• Faults – Critical number which have taken less than 4 hours to repair.
• Faults – non-critical number which have taken less than 12 hours to repair.
• Mean Time to Repair.
Customer Care
• Call centre performance (number of calls where the maximum answering time was less than 60
seconds during the business day).
• Number of complaints raised by 5% of the sites relating to any aspect of the school’s network
infrastructure service (complaints logged, action plan notified to complainant within 5 working
days).
• Delivery of monthly reports within 5 working days of due date.
• Timely updates of status reports per individual fault report is required.
• Time elapsed from order to service delivery in areas where no new build required.
• End sites. All sites require a real-time monitoring system via a web-based portal which show
performance and the status of any outstanding ticket relevant to the level of access.
12
• Escalation path to be available for the Trust ICT team.
5.2.3. Maintenance, Fault Reporting Procedures and Helpdesk Suppliers must explain how the components of their solution are maintained. These components should
include the following as a minimum:
• Active hardware including firewalls, routers, switches, and load balancers.
• Point to point circuits (owned by the supplier or 3rd party).
• Climate control equipment.
• Security / Access control equipment and relevant accreditations for the core hosted equipment.
• AC/DC power and associated back-up systems.
Component maintenance details must be provided based on:
• Remote support.
• On-site engineering visits.
• Level 2/3 technical support.
• Spares replacements.
• Software debugging.
The suppliers must explain what systems they have in place or intend to implement as part of the solution
within their call centres to receive and rectify all schools fault reports within the following areas:
• Helpdesk trouble ticketing system.
• Field force call out process (including 3rd party sub-contractors).
• Escalation procedures.
A notice should be issued to the Trust ICT team well in advance of any planned maintenance.
If an unexpected fault occurs then the supplier should explain how they will inform the Trust ICT team and
the schools, for example by email, twitter etc.…The supplier must also explain at what intervals updates will
be issued.
5.2.4. Service Credit Regime In order for all sites within the Trust to measure their value of investment and ensure that the service
behaves efficiently and to specification, suppliers are requested to propose a range of key performance
generators and service credits. These service credits should reflect the loss to the school connectivity or the
performance under the KPI. KPI’s should cover all aspects of the network including firewall and core
infrastructure.
Your proposal should contain:
• Types of KPI.
• Levels of performance to be attained.
• The relevant tolerances for those KPIs.
• A mechanism for calculating and enforcing a service credit regime, including penalty levels for each
KPI and an overall limit for such penalties.
• Provisions for termination for repeated or? breaches of KPIs.
• Circumstances that materially impact the running of the network which would be considered out
of supplier’s reasonable control and hence should be excluded from the KPI measurement.
13
5.3. Network Management Options
With regards to the management there are two areas which the Trust ICT team and the schools would like
suppliers to consider. The first area covers the traditional internet circuit monitoring and an operational
support system. The internet circuit monitoring capability provides a remote view of the network
component and collects information regarding the performance, which can be used within reports to create
SLA information. Continuous health monitoring of core and school termination equipment is required to
ensure a high level of network resilience and proactive troubleshooting. Suppliers should provide details of
their ability to deliver a comprehensive network monitoring system to various users from the Trust ICT team.
The Trust ICT team and schools would like suppliers to suggest a traffic analysis solution that would provide
application layer intelligence.
Pricing of the solution should be explained in the pricing section, with clarity on the up-front cost and how
this impacts the number of devices monitored and any licenses needed.
5.3.1. Quality of Service, Packet Loss and Packet Latency The supplier will explain how their proposed solution monitors and meets the needs of the schools
regarding:
• Quality of Service which could be implemented for packets within differing classes of service.
• Packet loss.
• Packet latency (round trip delay within the network must not exceed 20ms).
• Jitter measurements.
• Monitoring on a per VPN basis.
5.3.2. Circuit and Network Performance Metrics The supplier should explain how they monitor and record performance metrics as detailed in section 5.3.1,
with particular attention to the granularity of the report on a real-time, an hourly, daily, weekly and monthly
basis etc.
In addition, the storage/archiving of data is to be outlines including access to historical information with a
minimum of 12 months’ retention.
5.4. Operational Support System
The Trust requires the suppler to provide details of how the Trust will interact with the procured service
to progress the following:
• Enquiry order.
• New order placement.
• Cease order.
• Shift order.
• Re-grading order.
• Configuration/Hardware/Feature change request.
• Fault/Incident reporting.
• Invoice/Billing reporting.
14
5.5. Customer Premises Equipment
The Trust requires the supplier to terminate the service provision within each site using suitable active
equipment. The supplier must provide information on their chosen solution by detailing the:
• General role and purpose of the device.
• Overview of capability with details of Make/Model and Software License the supplier intends to
apply.
• Interface types (Ethernet RJ45 physical presentation with options for Fibre).
• Number of ports and port expansion options.
• Sustainable throughput measured in Mega Bits per Second (within the suppliers intended
configuration loaded).
• Software packages used and unused.
• Ownership status. The Trust would like to have ownership of the firewall hardware.
5.5.1 Disaster Recovery Respondents are encouraged to explain the standards and procedures deployed for business continuity by
their company if an unforeseen disastrous event(s) arise(s) which may affect the ongoing support and
service.
6. Solution Pricing
6.1. Pricing Options
Pricing should include (highlight as separate entries):
• One-off Project Capital or connection charges (e.g. Installation and commissioning).
• Connectivity rental (depicted as annually recurring charges) on a site by site basis with options of
different line types for a 3 yr term to give the schools a range of speed options.
• Service management (e.g. helpdesk facility) – if charged separately.
• Project management – if charged separately.
• Optional CPE (e.g. NTU’s) which would enhance performance / resilience.
• Resilient lines.
• Firewall and filtering charges.
• Monitoring charges.
• Any other relevant charges i.e. firewall change requests, setting up extra ports, changing ports,
setting up routes etc…
Schools budgets are likely to be significantly reduced in the next few years. Suppliers are encouraged to
propose pricing systems which enable capital costs, where applicable, to be spread over the lifetime of the
contract. This should apply to any new connection or installation at any point in the contract life.
The Trust and schools require each school connection to be priced separately with all other costs for services
to be shown as separate figures.
You must answer all points within your bid and failure to do so may mean your bid is discarded.
15
6.1.1. VAT Please state clearly when submitting prices whether or not VAT will be charged. Where the contract price
agreed between the Trust and contractor is inclusive of any VAT, further amounts will not be paid by the
Trust should a vatable supply claim be made at any later stage.
Where the overall contract price is exclusive of VAT, the Trust will pay any VAT incurred at the prevailing
rate (currently 20%). If the VAT rate changes the Trust will pay any VAT incurred at the new rate.
It is the responsibility of the tenderers to check the VAT position with HMRC before submitting a bid.
7. Terms and Conditions
Invoicing and Charges:
Price options for each school must be shown separately.
Invoices will be paid monthly in arrears after receipt and acceptance of an accurate and detailed invoice.
The format of the invoices will be detailed by John Taylor Multi Academy Trust.
Installation costs will be paid only after the installation is complete and tested and the User Acceptance
Certificate has been signed.
8. Evaluation of Proposals
Suppliers full proposals will be evaluated and scored on the basis of:
Service Requirements
• Network Design / Solution (REF02, REF03) 20%
• Schools (REF01) 5%
Management
• Project Management / Timescales and Migration (REF04) 5%
• Service/Network Management (REF05, REF06) 15%
• Operational Support/Customer Premises Equipment (REF07, REF08, REF09) 5%
Pricing
• Broken down as per Appendix B 50%
9. Procurement Process
9.1. Submission of Proposals
Submission Instructions: Tenders must be submitted via email.
Tenders to be sent to: Tenders must be emailed with the subject clearly identifying this
as a tender response to:
16
Mark Crompton
Strategic Network Manager
Date/Time for Tender return: Friday 29th May 2020 4pm
Appendix A – School and Site Information
1. Address List
School Name Phase Post Code Dfe No.
John Taylor MAT Based at John Taylor Free School
N/A DE13 9SA
John Taylor Free School Secondary DE13 9SA 860-4017
John Taylor High School Secondary DE13 8AZ 860-4061
Kingsmead School Secondary WS12 1DH 860-4070
Paulet High School Secondary DE15 9RT 860-4051
Thomas Russell Infants School Primary DE13 8DS 860-2160
Yoxall St. Peters C of E Primary School Primary DE13 8NF 860-3132
Rykneld Primary School Primary DE14 3EX 860-2167
All-Saints C of E Primary School Primary DE13 9RW 860-3100
Needwood C of E Primary School Primary DE13 8SU 860-3486
The Mosley Academy Primary DE13 9QD 860-2152
Winshill Village Primary School Primary DE15 0DH 860-2033
Shobnall Primary School Primary DE14 2BB 860-2126
SPECIFICATION OF REQUIREMENTS
18
2. Schools IT Information
School Name Number on Roll* Staff Members Current Connectivity Proposed Connectivity
John Taylor MAT Based at John Taylor Free School
N/A 9 See John Taylor Free School
John Taylor Free School Contract start: 670 Contract end: 1130
Contract start: 28 Contract end: 78
100Mbps on a 1000Mbps Bearer
1000Mbps on a 1000Mbps Bearer
John Taylor High School 1572 168 200Mbps on a 1000Mbps Bearer
1000Mbps on a 1000Mbps Bearer
Kingsmead School 1144 110 200Mbps on a 1000Mbps Bearer
1000Mbps on a 1000Mbps Bearer
Paulet High School 858 109 100Mbps on a 1000Mbps Bearer
1000Mbps on a 1000Mbps Bearer
Thomas Russell Infants School 186 19
EoFTTC (80/20) EoFTTC (80/20)
Yoxall St. Peters C of E Primary School
147 12
Rykneld Primary School 546 70
All-Saints C of E Primary School 105 16
Needwood C of E Primary School
76 13
The Mosley Academy 164 20
Winshill Village Primary School 210 30
Shobnall Primary School 260 27
* Please note these figures are as close to accurate as possible. Pupil numbers exclude nursery and younger intake
SPECIFICATION OF REQUIREMENTS
19
Appendix B – Price Book
1. Secondary School Price Book
School
Name
One-Off Capital
Expenditure (if applicable)
Firewall
Subscription /
Capital Cost
(if
applicable)*
Filtering
Subscription /
Capital Cost
(if
applicable)*
200Mbps Cost*
500Mbps Cost*
1000Mbps Cost*
Option: 3.1 – Device
Monitoring Solution*
(if applicable)
Option 5.3: Internal Network
Monitoring* (if applicable)
John Taylor Free School
John Taylor High School
Kingsmead School
Paulet High School
Total
Options will not be assessed as part of the process.
* Specify per annum costs
SPECIFICATION OF REQUIREMENTS
20
2. Primary School Price Book
School Name One-Off Capital
Expenditure (if applicable)
Firewall
Subscription /
Capital Cost
(if applicable)*
Filtering
Subscription /
Capital Cost
(if applicable)*
EoFTTC Cost*
Max theoretical / expected bandwidth (download/
upload)
Option: 3.1 – Device
Monitoring Solution*
(if applicable)
Option 5.3: Internal Network
Monitoring* (if applicable)
Thomas Russell Infants School
Yoxall St. Peters C of E Primary School
Rykneld Primary School
All-Saints C of E Primary School
Needwood C of E Primary School
The Mosley Academy
Winshill Village Primary School