Type of document: Contract Notice
Country: United Kingdom
UK-Glasgow: IT services: consulting, software development, Internet and support.
This notice is covered by: Directive 2014/24/EU
Section I: Contracting authority/entity
I.1) Name and addresses
Ministry of Defence, C&C, HOCS
Room 2.1.02, Kentigern House, 65 Brown Street, Glasgow, G2 8EX, United Kingdom
Tel. +44 1412242668, Email: DefComrclCC-HOCS3b2@mod.uk
Main Address:
NUTS Code: UKM34
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Defence Individual Training Management Fallback Phase 2
Reference number: CTLBC/1959
II.1.2) Main CPV code:
72000000 – IT services: consulting, software development, Internet and support.
II.1.3) Type of contract: SERVICES
II.2) Description
II.2.1) Title: DITM Fallback Phase 2
Lot No: Not Provided
II.2.2) Additional CPV codes:
72000000 – IT services: consulting, software development, Internet and support.
II.2.3) Place of performance:
UKK15 Wiltshire CC
II.2.4) Description of the procurement at the time of conclusion of the contract:
GPS RM 713/L4 – Framework Agreement Title – Software Application Solutions – HR, Finance, Procurement, Transactions Management and ERP Solutions)
The provision of software and related services based on common, specialist areas of business need such as Enterprise Resource Planning (ERP), Finance Management, Human Resources, Customer Relationship Management (CRM), Documents and Records Management and Data Management and Reporting.
Requirements are split by specialisms in product type. The Framework Agreement will have an Initial Period of two years with the option to extend for two subsequent 12 month periods at the discretion of GPS
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: Not Provided
Section V: Award of contract/concession
Contract No: CTLBC/1959 Lot No: Not Provided Title: Defence Individual Training Management (DITM) Fallback Phase 2
V.2) Award of contract/concession
V.2.1) Date of conclusion of the contract/concession award decision: 29/10/2012
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
V.2.3) Name and address of the contractor/concessionaire, No. 1:
Hewlett Packard Enterprise Services UK Limited
1- 3 Bartley Wood Business Park, Bartley Way, Hook, RG27 9XA, United Kingdom
NUTS Code: UKJ33
The contractor/concessionaire is an SME: No
V.2.4) Information on value of the contract/lot/concession:
Total value of the procurement: 13,739,336
Currency: GBP
Section VI: Complementary Information
VI.3) Additional Information:
The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.
Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.contracts.mod.uk
VI.4) Procedures for review
VI.4.1) Review Body
Ministry of Defence, C&C, HOCS
65 Brown Street, Glasgow, G2 8EX, United Kingdom
V1.4.2) Body responsible for mediation procedures:
Not Provided
VI.4.3) Review procedure
Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 19/01/2017
Section VII: Modifications to the contract/concession
VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code:
72610000 – Computer support services.
VII.1.2) Additional CPV code(s)
Not Provided
VII.1.3) Place of performance:
UKK15 Wiltshire CC
VII.1.4) Description of the procurement:
To add a “delivery of a transition service” requirement to contract. This is for the period of 14 Nov 16 to 13 Dec 16 and will cover the service until the pending award and transition of services to new arrangements..
VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession:
Duration in months: 49
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: 2,097,210
Currency: GBP
The contract has been awarded to a group of economic operators: No
VII.1.7) Name and address of the contractor/concessionaire, No. 1:
Hewitt Packard Enterprise Services UK Limited
1-3 Bartley Wood Business Park, Bartley Way, HOOK, RG27 9XA, United Kingdom
NUTS Code: UKJ33
The contractor/concessionaire is an SME: No
VII.2) Information about modifications
VII.2.1) Description of the modifications:
The requirement was procured using the GPS Framework – RM713/Lot 4 Software Application solutions. Following tender process contract was placed (CTLBC/1959) for 2 years with 2 x 1 option years. Contract award date 29/10/12. Both Options years were taken up in accordance with agreed business cases so new end date 13/11/16 . Due to a delay in awarding new requirement the services was needed beyond this date by a further 2 + 2 week period. This modification is to extend and uplift contract value.
VII.2.2) Reasons for modification:
Need for additional works, services or supplies by the original contractor/concessionaire (Art. 43(1)(b) of Directive 2014/23/EU, Art. 72(1)(b) of Directive 2014/24/EU, Art. 89(1)(b) of Directive 2014/25/EU)
Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:
This is for additional work/services by the current contractor that have become necessary and were not included in the initial procurement, where a change to the contractor would cause significant inconvenience & duplication of costs for the authority
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: 36,461,000
Currency: GBP
Total contract value after the modifications:
Value excluding VAT: 38,558,210
Currency: GBP