VOLUNTARY EX ANTE TRANSPARENCY NOTICE
|
|
Section I: Contracting Authority/Entity
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Department of Enterprise, Trade and Investment — Insolvency Service |
Fermanagh House, Ormeau Avenue |
Belfast |
BT2 8NJ |
UK |
Krshna Dennis |
+44 2890816582 |
krshna.dennis@dfpni.gov.uk |
|
www.dfpni.gov.uk/cpd
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
P18702 — DAC — DETI — Support and Maintenance for Insolvency ebusiness System.
|
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. UK |
II.1.3)
|
This notice involves a framework agreementNo |
II.1.4)
|
Short description of the contract or purchase(s)
A project to take forward the process of tendering, procuring and replacing the current ICT system commenced in September 2013. The current estimated go-live date is end April 2016.
This Direct Award Contract is necessary to enable DETI Insolvency Service to continue with the support and maintenance of the current system until the replacement system is implemented.
|
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)
330 286
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 17802
|
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
BT Ireland |
Telephone House, TH05.16 45-75 May Street |
Belfast |
BT1 4NB |
UK |
|
|
|
|
|
V.4)
|
Information on value of contract
284 581 GBP
21 |
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 No5) 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 10-11-2014 |
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):
The Intellectual Property Rights for essential elements of the solution i.e. the Singularity Process Platform, Case Management System and DI Diver are owned by the supplier consortium.
|