specification of requirements for broadband services

21
1 Specification of Requirements for Broadband Services Prepared by: Mark Crompton Mark Crompton John Taylor Multi Academy Trust

Upload: others

Post on 03-Feb-2022

1 views

Category:

Documents


0 download

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

[email protected]

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

SPECIFICATION OF REQUIREMENTS

21

Shobnall Primary School

Total

Options will not be assessed as part of the process.

* Specify per annum costs