Telford & Wrekin Council: Management Information System (MIS)

  Telford & Wrekin Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Management Information System (MIS)
Notice type: Contract Notice
Authority: Telford & Wrekin Council
Nature of contract: Supplies
Procedure: Open
Short Description: Telford and Wrekin Council is a Unitary authority with a gross Revenue budget of £400 million per annum. Key drivers within the Authority are Value for Money and business efficiency. The need for the procurement of a replacement Schools Management Information System has been identified to replace or migrate the existing system in place hence to meet these requirements the authority is tendering for the supply and implementation of an integrated Schools Management Information software solution to manage each school.
Published: 17/02/2017 17:16
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Telford: Educational software package.
Section I: Contracting Authority
      I.1) Name and addresses
             Telford & Wrekin Council
             Borough of Telford & Wrekin, Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
             Tel. +44 1952381115, Email: andrew.lawson@telford.gov.uk
             Contact: ICT
             Main Address: www.telford.gov.uk, Address of the buyer profile: www.telford.gov.uk
             NUTS Code: UKG21
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Telford:-Educational-software-package./2H7HJQ9PVM
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-UK-Telford:-Educational-software-package./2H7HJQ9PVM to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Management Information System (MIS)       
      Reference Number: TWC MIS 2017
      II.1.2) Main CPV Code:
      48190000 - Educational software package.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: Telford and Wrekin Council is a Unitary authority with a gross Revenue budget of £400 million per annum. Key drivers within the Authority are Value for Money and business efficiency. The need for the procurement of a replacement Schools Management Information System has been identified to replace or migrate the existing system in place hence to meet these requirements the authority is tendering for the supply and implementation of an integrated Schools Management Information software solution to manage each school.       
      II.1.5) Estimated total value:
      Value excluding VAT: 500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      48190000 - Educational software package.
      
      II.2.3) Place of performance:
      UKG21 Telford and Wrekin
      
      II.2.4) Description of procurement: The Council wishes to establish a multi Supplier Framework Agreement for any School inside or outside the Borough that purchases Telford and Wrekin Council's ICT Managed Services. The Council requires a live environment Management Information Software (MIS) solution.

The framework will cover the business types below:

Primary Schools – both infant and junior
Secondary Schools
City Technology College
Special Schools
Infant Schools
Free Schools
Pupil Referral Units
Academy
Multi-Academy Trust

There is a mixture of business types using our existing framework. There are currently around 65 schools using our framework.

We expect the academy status to increase over the coming years and for Telford & Wrekin to actively sell services to additional schools outside of Telford & Wrekin which will use this framework to access MIS systems.

This figure will be reviewed annually as each school has a choice to buy this service from the Council.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Implementation Process / Weighting: 25
            Quality criterion - Name: System Functionality / Weighting: 25
            Quality criterion - Name: Support and Contract Management / Weighting: 25
                        
            Cost criterion - Name: Criterion 1 / Weighting: 25
                              
      II.2.6) Estimated value:
      Value excluding VAT: 500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: 4 years
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         In the case of framework agreements justification for any duration exceeding 4 years: N/A    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 27/03/2017 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 27/03/2017
         Time: 12:00
         Place:
         Democratic Services, Addenbrooke, Telford, Shropshire
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 48 months
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs).However, any selection of tenderers will be based solely on the criteria set out for the procurement,and the contract will be awarded on the basis of the most economically advantageous tender.

Suppliers must read through this set of instructions and follow the process to access, correspond and respond to this opportunity.
If you experience any difficulties at any time during the tender process please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.

The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.

Suppliers must log in, go to your Response Manager and add the following Access Code: 2H7HJQ9PVM . Please ensure you follow any instruction provided to you here.

Communication will only be accepted via ‘email the buyer’ through the tenderbox. . Written replies will be provided to all enquiries and any points of clarification or information will be circulated to prospective tenderers via the delta email system.

The deadline for submitting your response(s) is Monday 27th March 2017 at 12noon. Your Selection Questionnaire must be completed and submitted electronically by using the tenderbox through www.delta-esourcing.com The Tender documents are also available on line Access code: 2H7HJQ9PVM

Please ensure that you allow yourself at least 2 hours when responding to this invite prior to the closing date and time, especially if you have to upload multiple documents. If you are uploading multiple documents you will have to individually load one document at a time or you can opt to zip all documents in an application like WinZip. No other method of submission will be accepted.

If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Telford:-Educational-software-package./2H7HJQ9PVM

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2H7HJQ9PVM
   VI.4) Procedures for review
   VI.4.1) Review body:
             Telford & Wrekin Council
       Addenbrooke House, Ironmasters Way, Telford, TF3 4NT, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             Telford & Wrekin Council
          Addenbrooke House, Ironmasters Way, Telford, TF3 4NT, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Telford & Wrekin Council
       Addenbrooke House, Ironmasters Way, Telford, TF3 4NT, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 17/02/2017

Annex A


View any Notice Addenda

Management Information System (MIS)

UK-Telford: Educational software package.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Telford & Wrekin Council
       Borough of Telford & Wrekin, Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
       Tel. +44 1952381115, Email: andrew.lawson@telford.gov.uk
       Contact: ICT
       Main Address: www.telford.gov.uk, Address of the buyer profile: www.telford.gov.uk
       NUTS Code: UKG21

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Management Information System (MIS)      Reference number: TWC MIS 2017      
   II.1.2) Main CPV code:
      48190000 - Educational software package.
   
   II.1.3) Type of contract: SUPPLIES   
   II.1.4) Short Description: Telford and Wrekin Council is a Unitary authority with a gross Revenue budget of £400 million per annum. Key drivers within the Authority are Value for Money and business efficiency. The need for the procurement of a replacement Schools Management Information System has been identified to replace or migrate the existing system in place hence to meet these requirements the authority is tendering for the supply and implementation of an integrated Schools Management Information software solution to manage each school.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 02/03/2017

VI.6) Original notice reference:

   Notice Reference:    2017 - 199661   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 17/02/2017

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                                    
         Section Number: IV.2.2)          
         Place of text to be modified: Time Limit for receipt of tenders or requests to participate          
         Instead of:
         Date: 27/03/2017         
         Local Time: 12:00          
         Read:
         Date: 03/04/2017         
         Local Time: 12:00                   
   
VII.2) Other additional information: If you experience any difficulties at any time during the tender process please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.Suppliers must log in, go to your Response Manager and add the following Access Code: 2H7HJQ9PVM .

The deadline for submitting your response(s) is Monday 3rd April 2017 at 12noon. Please ensure that you allow yourself at least 2 hours when responding to this invite prior to the closing date and time.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=242380647



UK-Telford: Educational software package.

UK-Telford: Educational software package.

This notice is covered by: Directive 2014/24/EU
Section I: Contracting authority/entity

I.1) Name and addresses
       Telford & Wrekin Council
       Borough of Telford & Wrekin, Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
       Tel. +44 1952381115, Email: andrew.lawson@telford.gov.uk
       Contact: ICT
       Main Address: www.telford.gov.uk, Address of the buyer profile: www.telford.gov.uk
       NUTS Code: UKG21

Section II: Object

II.1) Scope of the procurement
   
   II.1.1) Title: Management Information System (MIS)   
      Reference number: TWC MIS 2017   
   
   II.1.2) Main CPV code:
      48190000 - Educational software package.
       
   II.1.3) Type of contract: SUPPLIES

II.2) Description

   II.2.1) Title: Not Provided    
   Lot No: Not Provided    

   II.2.2) Additional CPV codes:
      48190000 - Educational software package.
       
   
   II.2.3) Place of performance:
      UKG21 Telford and Wrekin
       
   
   II.2.4) Description of the procurement at the time of conclusion of the contract:
    Not Provided    
   
   II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
         Duration in months: 48             
      Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
      Not Provided          
   
   II.2.13) Information about European Union funds:
   The procurement is related to a project and/or programme financed by European Union funds: No    


Section IV: Procedure

IV.2) Administrative information
   
   IV.2.1) Contract award notice concerning this contract
   Notice number in OJ S: 2017/S 37 - 66493    

Section V: Award of contract/concession

Contract No: 1   Lot No: Not Provided    Title: Management Information Systems
V.2) Award of contract/concession

   V.2.1) Date of conclusion of the contract/concession award decision: 16/02/2018   

   V.2.2) Information about tenders
   The contract has been awarded to a group of economic operators: Yes

   V.2.3) Name and address of the contractor/concessionaire, No. 1:
          Advanced Business Software and Solutions Ltd
          Ditton Park,, Riding Court Road, Datchet, Berks, S13 9LL, United Kingdom
          Tel. +44 07880388741, Email: chris.browning@oneadvanced.com
          Internet address: www.oneadvanced.com
          NUTS Code: UKG21
   The contractor/concessionaire is an SME: No    
   
   V.2.3) Name and address of the contractor/concessionaire, No. 2:
          Bromcom Computers plc
          Prospect House, 19-21 Homesdale Road, Bromley, Kent, BR2 9LY, United Kingdom
          Tel. +44 02082907169, Email: tenders@bromcom.com
          Internet address: www.bromcom.com
          NUTS Code: UKG21
   The contractor/concessionaire is an SME: Yes    
   
   V.2.3) Name and address of the contractor/concessionaire, No. 3:
          Histon House Ltd
          DeMontfort House, 7E Enterprise Way, Vale Park, Evesham Worcester, WR11 1GS, United Kingdom
          Tel. +44 01522716048, Email: david@scholarpack.com
          Internet address: www.scholarpack.com
          NUTS Code: UKG21
   The contractor/concessionaire is an SME: Yes    
   
   V.2.4) Information on value of the contract/lot/concession:
   Total value of the procurement: 3,500,000   
   Currency: GBP

Section VI: Complementary Information

   VI.3) Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=304933732
   
   VI.4) Procedures for review
   
      VI.4.1) Review Body
       Telford & Wrekin Council
       Addenbrooke House, Ironmasters Way, Telford, TF3 4NT, United Kingdom
   
      V1.4.2) Body responsible for mediation procedures:
       Telford & Wrekin Council
       Addenbrooke House, Ironmasters Way, Telford, TF3 4NT, United Kingdom

      VI.4.3) Review procedure
         Not Provided    
      
      VI.4.4) Service from which information about the review procedure may be obtained
       Telford & Wrekin Council
       Addenbrooke House, Ironmasters Way, Telford, TF3 4NT, United Kingdom
   
   VI.5) Date of dispatch of this notice: 28/02/2018
   
Section VII: Modifications to the contract/concession

VII.1) Description of the procurement after the modifications

   VII.1.1) Main CPV code:
      48190000 - Educational software package.
   

   VII.1.2) Additional CPV code(s)
      Not Provided

   VII.1.3) Place of performance:
      UKG21 Telford and Wrekin
       
   
   VII.1.4) Description of the procurement:
    The Council wishes to establish a multi Supplier Framework Agreement for any School inside or outside the Borough that purchases Telford and Wrekin Council's ICT Managed Services. The Council requires a live environment Management Information Software (MIS) solution.    
   
   VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession:
         Duration in months: 48             
   
      Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
      Not Provided       .
   
   VII.1.6) Information on value of the contract/lot/concession
   Total value of the contract/lot/concession: 350,000   
   Currency: GBP    
   
   The contract has been awarded to a group of economic operators: Yes
   VII.1.7) Name and address of the contractor/concessionaire, No. 1:
          Advanced Business Software and Solutions Ltd
          Ditton Park, Riding Court Road, Datchet, Berks, S13 9LL, United Kingdom
          Tel. +44 07880388741, Email: chris.browning@oneadvanced.com
          Internet address: www.oneadvanced.com
          NUTS Code: UKG21
   The contractor/concessionaire is an SME: No

   VII.1.7) Name and address of the contractor/concessionaire, No. 2:
          Bromcom Computers PLC
          Prospect House, 19-21 Homesdale Road, Bronmley, Kent, BR2 9LY, United Kingdom
          Tel. +44 02082907169, Email: tenders@bromcom.com
          Internet address: www.bromcom.com
          NUTS Code: UKG21
   The contractor/concessionaire is an SME: Yes

   VII.1.7) Name and address of the contractor/concessionaire, No. 3:
          Capita Business Services Limited
          71 Victoria Street, Westminster, London, SW1H 0XA, United Kingdom
          Tel. +44 01255773024, Email: bidteam@capita.co.uk
          Internet address: www.capita-sims.co.uk
          NUTS Code: UKG21
   The contractor/concessionaire is an SME: No

   VII.1.7) Name and address of the contractor/concessionaire, No. 4:
          Pupil Asset Ltd
          St. Mary's Croft, 13 Chapel Field, North Norwich, Norfolk, NR2 1NY, United Kingdom
          Tel. +44 01603631436, Email: michaelp@pupilasset.com
          Internet address: www.pupilasset.com
          NUTS Code: UKG21
   The contractor/concessionaire is an SME: Yes

   VII.1.7) Name and address of the contractor/concessionaire, No. 5:
          RM Education Ltd
          140 Eastern Avenue, Milton Park, Abingdon, Oxon, OX14 4SB, United Kingdom
          Tel. +44 08450700300, Email: tendersteam@rm.com
          Internet address: www.rm.com
          NUTS Code: UKG21
   The contractor/concessionaire is an SME: No

   VII.1.7) Name and address of the contractor/concessionaire, No. 6:
          Histon House Ltd
          DeMontfort House, 7E Enterprise Way, Vale Park, Evesham, Worcester, United Kingdom
          Tel. +44 01522716048, Email: david@scholarpack.com
          Internet address: www.scholarpack.com
          NUTS Code: UKG21
   The contractor/concessionaire is an SME: Yes

   
VII.2) Information about modifications

   VII.2.1) Description of the modifications:
    Addition of Suppliers who are appointed to the framework, but have not received any call offs contracts to date.    
   
   VII.2.2) Reasons for modification:
         Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee (Art. 43(1)(c) of Directive 2014/23/EU, Art. 72(1)(c) of Directive 2014/24/EU, Art. 89(1)(c) of Directive 2014/25/EU)
   
   Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
    Mandatory cell descriptions are not relevant to the modification, please refer to VI1.2 for the reasons. There has been no increase in price,    
   
   VII.2.3) Increase in price
   Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in
   the case of Directive 2014/23/EU, average inflation in the Member State concerned)
   Value excluding VAT: 0.01   
   Currency: GBP    
   
   Total contract value after the modifications:
   Value excluding VAT: 0.01    
   Currency: GBP

View Award Notice

UK-Telford: Educational software package.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Telford & Wrekin Council
       Borough of Telford & Wrekin, Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
       Tel. +44 1952381115, Email: andrew.lawson@telford.gov.uk
       Contact: ICT
       Main Address: www.telford.gov.uk, Address of the buyer profile: www.telford.gov.uk
       NUTS Code: UKG21

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Management Information System (MIS)            
      Reference number: TWC MIS 2017

      II.1.2) Main CPV code:
         48190000 - Educational software package.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: Telford and Wrekin Council is a Unitary authority with a gross Revenue budget of £400 million per annum. Key drivers within the Authority are Value for Money and business efficiency. The need for the procurement of a replacement Schools Management Information System has been identified to replace or migrate the existing system in place hence to meet these requirements the authority is tendering for the supply and implementation of an integrated Schools Management Information software solution to manage each school.

      II.1.6) Information about lots
         This contract is divided into lots: No
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 400,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            48190000 - Educational software package.


      II.2.3) Place of performance
      Nuts code:
      UKG21 - Telford and Wrekin
   
      Main site or place of performance:
      Telford and Wrekin
             

      II.2.4) Description of the procurement: The Council wishes to establish a multi Supplier Framework Agreement for any School inside or outside the Borough that purchases Telford and Wrekin Council's ICT Managed Services. The Council requires a live environment Management Information Software (MIS) solution.

The framework will cover the business types below:

Primary Schools – both infant and junior
Secondary Schools
City Technology College
Special Schools
Infant Schools
Free Schools
Pupil Referral Units
Academy
Multi-Academy Trust

There is a mixture of business types using our existing framework. There are currently around 65 schools using our framework.

We expect the academy status to increase over the coming years and for Telford & Wrekin to actively sell services to additional schools outside of Telford & Wrekin which will use this framework to access MIS systems.

This figure will be reviewed annually as each school has a choice to buy this service from the Council.

      II.2.5) Award criteria:
      Quality criterion - Name: Implementation Process / Weighting: 25
      Quality criterion - Name: System Functionality / Weighting: 25
      Quality criterion - Name: Support and Contract Management / Weighting: 25
                  
      Cost criterion - Name: Criterion 1 / Weighting: 25
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2017/S 37-66493
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 1    
   Lot Number: Not Provided    
   Title: Management Information Systems

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/02/2018

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators:
         
         Contractor (No.1)
             Advanced Business Software and Solutions Ltd
             Ditton Park,, Riding Court Road, Datchet, Berks, S13 9LL, United Kingdom
             Tel. +44 07880388741, Email: chris.browning@oneadvanced.com
             Internet address: www.oneadvanced.com
             NUTS Code: UKG21
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 200,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: 2    
   Lot Number: Not Provided    
   Title: Managed Software Infomation

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/02/2018

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Bromcom Computers plc
             Prospect House, 19-21 Homesdale Road, Bromley, Kent, BR2 9LY, United Kingdom
             Tel. +44 02082907169, Email: tenders@bromcom.com
             Internet address: www.bromcom.com
             NUTS Code: UKG21
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 107,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: 3    
   Lot Number: Not Provided    
   Title: Managed Information Systems

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/02/2018

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Histon House Ltd
             DeMontfort House, 7E Enterprise Way, Vale Park, Evesham, Worcester, WR11 1GS, United Kingdom
             Tel. +44 01522716048, Email: david@scholarpack.com
             Internet address: www.scholarpack.com
             NUTS Code: UKG21
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 41,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=303459894

   VI.4) Procedures for review

      VI.4.1) Review body
          Telford & Wrekin Council
          Addenbrooke House, Ironmasters Way, Telford, TF3 4NT, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Telford & Wrekin Council
          Addenbrooke House, Ironmasters Way, Telford, TF3 4NT, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Telford & Wrekin Council
          Addenbrooke House, Ironmasters Way, Telford, TF3 4NT, United Kingdom

   VI.5) Date of dispatch of this notice: 19/02/2018