VOLUNTARY EX ANTE TRANSPARENCY NOTICE
|
|
Section I: Contracting Authority/Entity
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Probation Board for Northern Ireland |
80-90 North Street |
Belfast |
BT1 1LD |
UK |
McLaughlin Aine |
+44 2890816328 |
aine.mclaughlin@dfpni.gov.uk |
|
www.pbni.org.uk
www.e-sourcingni.bravosolution.co.uk
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authority
Project 20067 — DAC — PBNI — Microsoft Enterprise Agreement (PSA 12) Software Support and Assurance.
|
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract7 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Northern Ireland. UKN |
II.1.3)
|
This notice involves a framework agreementNo |
II.1.4)
|
Short description of the contract or purchase(s)
This is a Direct Award Contract for the provision of a Microsoft Agreement for software support and assurance 2014-2017.
|
II.1.5)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
72611000 |
|
|
|
|
|
II.1.6)
|
Contract covered by the government procurement agreement (GPA) Yes |
II.2)
|
Total final value of the contract(s)
|
II.2.1)
|
Total final value of the contract(s)
193 949
GBP
|
Section IV: Procedure
|
IV.1)
|
Type of procedure
|
IV.1.1)
|
Type of procedure |
IV.2)
|
Award criteria
|
IV.2.1)
|
Award criteria
|
IV.2.2)
|
An electronic auction has been used No |
IV.3)
|
Administrative information
|
IV.3.1)
|
File reference number attributed by the contracting authority
Project_20067
|
IV.3.2)
|
Previous publication(s) concerning the same contract
Other previous publications
|
Section V: Award of contract
|
|
|
|
V.1)
|
Date of contract award decision: |
V.2)
|
Numbers of offers received: |
V.3)
|
Name and address of economic operator to whom the contract has been awarded
Kelway Limited |
10 Fleet Place |
London |
EC4M 7RB |
UK |
|
|
|
|
|
V.4)
|
Information on value of contract
193 949 GBP
3 |
V.5)
|
The contract is likely to be subcontracted No
|
|
|
Short description of the value/proportion of the contract to be subcontracted
|
Section VI: Complementary Information
|
VI.1)
|
Contract related to a project and/or programme financed by community funds? No
|
VI.2)
|
Additional Information
|
VI.3)
|
Procedures for appeal
|
VI.3.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.3.2)
|
Lodging of appeals
The authority will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time to challenge the award decision before the contract is entered into.
The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
|
VI.3.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.4)
|
Dispatch date of this Notice 09-02-2015 |
Annex D1 – General procurement
Justification for the award of the contract without prior publication of a contract notice in the Official Journal of the European Union (OJEU)
Directive 2004/18/EC
|
|
 |
Open procedure |
 |
Restricted procedure |
b) The products involved are manufactured purely for the purpose of research, experiment, study or
development under the conditions stated in the Directive (for supplies only).
c) The works/goods/services can be provided only by a particular tenderer for reasons that are:
 |
Technical |
 |
Artistic |
 |
Connected with the protection of exclusive rights |
d) Extreme urgency brought about by events unforeseeable by the contracting authority and in
accordance with the strict conditions stated in the Directive.
e) Additional works/deliveries/services are ordered under the strict conditions stated in the Directive.
f) New works/services, constituting a repetition of existing works/services and ordered in accordance
with the strict conditions stated in the Directive.
g)Service contract awarded to the successful candidate or one of them after a design contest.
h) For supplies quoted and purchased on a commodity market.
i) For the purchase of supplies on particularly advantageous terms:
 |
from a supplier which is definitely winding up its business activities |
 |
from the receivers or liquidators of a bankruptcy, an arrangement with creditors or a similar procedure. |
j) All tenders submitted in reply to an open procedure, a restricted procedure or competitive dialogue were irregular or
unacceptable. Only those tenderers were included in the negotiations which have satisfied the qualitative selection criteria.
Other justification for the award of the contract without prior publication of a
contract notice in the OJEU:
k) The contract has as its object services listed in Annex B of Directive 2004/18/EC or in Annex XVII B of Directive 2004/17/EC
l) The contract falls outside the scope of application of the relevant directive.
In addition to the box(es) ticked above please explain in a clear and
comprehensive manner why the award of the contract without prior publication of
a contract notice in the OJEU is lawful, stating in any case the relevant facts,
and, as appropriate, the conclusions of law in accordance with the articles in
the relevant Directive (500 words maximum):
IT Assist in conjunction with CPD plan to go to competitive tender in 2015 for a Large Account Reseller to manage Microsoft Select and Enterprise Agreements for the Public Sector. The award is expected to occur by April 2015. PBNI cannot avail of the new contract initially as to wait until April 2015 would create a break in the current Microsoft Software Support and Assurance and consequently PBNI would be liable for the full licensing and Software Support and Assurance upon migration to the new IT Assist EA contract. If PBNI were to break the Software Support and Assurance this would result in additional expenditure of GBP 111 700 (including Vat) over 3 years.
PBNI will procure a new 3 year EA with an aim to migrate to the new IT Assist contract after 1 year, subject to the agreement of Microsoft.
If this is not possible at that point, the migration will occur upon termination of the proposed PBNI EA.
|