CONTRACT AWARD NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Natural England |
Foundry House, 3 Millsands, Riverside Exchange |
Sheffield |
S3 8NH |
UK |
Chris Keenleyside |
+44 1452714595 |
chris.keenleyside@naturalengland.org.uk |
|
www.naturalengland.org.uk
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
Yes Department of Environment Food and Rural Affairs
|
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authority
Hosting, Support and Development of Legacy Rural Development Programme for England (RDPE) scheme IT system (GENESIS).
|
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
England. UK |
II.1.3)
|
This notice involves a framework agreement
 |
II.1.4)
|
Short description of the contract or purchase(s)
Natural England is a Non-Departmental Public Body (NDPB) sponsored by the Department for Environment, Food and Rural Affairs (Defra). Natural England administers Agrienvironment schemes under Pillar 2 of the Common Agricultural Policy (CAP) and the Rural Development Programme for England (RDPE). These schemes cover some 70 % of the farmed environment in England. Nearly 400M GBP in scheme grants is paid to agreement holders annually to:
— create, protect and enhance wildlife habitats;
— protect soils and natural resources;
— conserve protected landscapes;
— protect archaeological sites and historic landscape features;
— provide opportunities for recreation and education.
The European Commission expects to agree the overarching policy of the new Common Agricultural Policy in 2013 (CAP 2013). This will consist of a series of regulations that will determine how schemes for agricultural subsidies support production (Pillar I) and programmes to promote rural development (Pillar II) should be administered in the future. Separately, Defra is procuring solutions for the delivery of those future schemes. During the transition between the current and future CAP and future IT solutions, Natural England will continue the provision of its current IT systems; to enable us to continue to administer our existing ongoing multi-annual agreements, manage their migration into the future systems when those become available, and meet our obligations under the regulations governing the EU-funded CAP schemes. The scope of the contract will consist of: a)the secure hosting of the existing application components and capabilities, either reusing the existing hardware assets solution; b)providing application support and service desk to Natural England's business users and working with our service management team to provide a resilient service that meets Natural England's business needs; c)delivering changes to the application to meet changing business needs through the CAP transition; d)working with our service provider to effect the seamless transition of services, minimising downtime and impacts to Natural England's business, whilst continuing to deliver changes into the system in parallel to meet our challenging timescales for implementing EU policy change; e)working in co-operation with Natural England's other IT providers and those of other Government Agencies to manage interfaces and dependencies; f)working with the Defra CAP Delivery Programme to manage the successful transition and migration of data from the current system into the future solution. Our systems are a complex, multi-environment set of IT capabilities and components that employs multiple technologies, including databases, application server, workflow, web-server, Geographic Information Systems (GIS), Enhance Transform Load (ETL), business intelligence and reporting capabilities and bespoke components. Services will be transitioned into future systems and the hardware decommissioned. The expected start of the contract will be from 1.4.2014
|
II.1.5)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
72000000 |
|
|
|
|
|
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)
19 155 306
GBP
|
Section IV: Procedure
|
IV.1)
|
Type of procedure
|
IV.1.1)
|
Type of procedure |
IV.2)
|
Award criteria
|
IV.2.1)
|
Award criteria

|
|
|
|
Price |
40 |
|
Quality |
60 |
|
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
|
IV.3.2)
|
Previous publication(s) concerning the same contract 2013/S 32-050472 14-2-2013
2013/S 64-107835 30-03-2013
Other previous publications2013/S 126-216023 2-7-2013 |
Section V: Award of contract
|
|
|
|
V.1)
|
Date of contract award: 17-3-2014 |
V.2)
|
Numbers of offers received:1 |
V.3)
|
Name and address of economic operator to whom the contract has been awarded
Atos IT Services UK Ltd |
|
|
|
UK |
|
|
|
|
|
V.4)
|
Information on value of contract
18 000 000 GBP
19 155 306 GBP
|
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? Yes
The contract is related to a project and or programme financed by the European Union funds. This programme is the Rural Development Programme for England (RDPE) 2007 and transition to RDPE 2013.
|
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
|
VI.3.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.4)
|
Dispatch date of this Notice 18-03-2014 |
ANNEX D
Justification for the choice of the negotiated procedure without prior call for competition
|
|
|

 |
|
 |
|



|
|
 |
|
 |
|
 |
|
 |
|
 |
|

 |
|
 |
|
|
 |
|
 |
|
|
Following the issue of a PIN, Natural England received forty five expressions of interest, all of whom were invited to a market engagement event. Twenty eight companies attended the market engagement event held in London. Following the event Natural England issued a Contract Notice (No: 2013/S 064-107835) to commence procurement using the restricted procedure. Natural England received 4 pre-qualification questionnaire submissions (PQQ). Following the evaluation of the PQQ's only 2 suppliers met the selection criteria sufficiently to be invited to the tender stage. Of those two suppliers invited to submit a tender response, one withdrew from the process leaving only a single bidder. On 2.7.2013 a notice was published (2013/S 126-216023), stating that due to a lack of numbers, Natural England was terminating this procedure; as a result Natural England intended to commence the negotiated procedure without prior publication of a contract notice in accordance with regulation 14 of the Public Contracts Regulations 2006 to procure the required service.
|
|