UK-Bedford: Network operating system software development services.

UK-Bedford: Network operating system software development services.

Preliminary Questions
This notice is published by:
Directive 2014/24/EU

Section I: Contracting authority/entity

I.1) Name and addresses
bpha
Bedford Heights, Manton Lane, Bedford, MK41 7BJ, United Kingdom
Tel. +44 1234923130, Email: procurement@bpha.org.uk
Main Address: https://www.bpha.org.uk/
NUTS Code: UKH2

I.4) Type of the contracting authority (in the case of a notice published by a contracting authority)
Body governed by public law

I.5) Main Activity (in the case of a notice published by a contracting authority)
Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title: Repairs, Maintenance and Mobile Workforce Management System.
Reference number: Not Provided

II.1.2) Main CPV code:
72212214 - Network operating system software development services.

II.1.3) Type of contract: SERVICES

II.1.4) Short Description: VEAT Notice: Implementation of in-house repairs and maintenance programme, software to manage maintenance and activities. This has been implemented successfully and the cost of change would make re-tendering uncompetitive for alternate solution at this stage. The intention is to award a 5 year contract with the option to extend.

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 707,316.79
Currency: GBP


II.2) Description

II.2.2) Additional CPV codes:
Not provided

II.2.3) Place of performance:
UKH2 Bedfordshire and Hertfordshire


II.2.4) Description of the procurement:
As part of a in-house repairs and maintenance programme, a license agreement- for use of software integration between systems has been implemented. As part of a digital and customer transformation programme, software to manage maintenance and activities. This has been implemented successfully and the cost of change would make re tendering uncompetitive for alternate solution at this stage. The intention is to award a 5 year contract with the option to extend

II.2.5) Award criteria
(Directive 2014/24/EU / Directive 2014/25/EU)

Not provided


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: Negotiated procedure without prior publication (in accordance with Article 32 of Directive 2014/24/EU)

IV.1.3) Information about framework agreement
The procurement involves the establishment of a framework agreement: 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 OJ S: Not provided

Section V: Award Of Contract/Concession

Award of Contract/Concession No: 1
Contract No: Not Provided Lot Number: Not Provided Title: Not Provided

V.2) Award of contract/concession

V.2.1) Date of contract award decision: 20/03/2023.

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:
Total Mobile Limited, NI018486
Pilot Point, 21 Clarendon Road, Belfast, BT1 3BG, United Kingdom
NUTS Code: UKN06
The contractor/concessionaire will be an SME: No


V.2.4) Information on value of the contract/lot/concession:
Initial estimated total value of the contract: 707,316.79
Total value of the contract/lot/concession 707,316.79
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://bpha.delta-esourcing.com/delta/viewNotice.html?noticeId=769831244
GO-2023327-PRO-22405092 TKR-2023327-PRO-22405091
VI.4) Procedures for review

VI.4.1) Review Body
bpha
Bedford Heights, Manton Lane, Bedford, MK41 7BJ, United Kingdom
Tel. +44 1234923130

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: 27/03/2023


Annex D1 - General Procurement
Justification for the award of the contract without prior publication of a call for competition in the Official Journal of the European Union
Directive 2014/24/EU

1. Justification for the choice of the negotiated procedure without prior publication of a call for competition in accordance with Article 32 of Directive 2014/24/EU

No tenders or no suitable tenders/requests to participate in response to: Not provided



The works, supplies or services can be provided only by a particular economic operator for the following reason: absence of competition for technical reasons

Extreme urgency brought about by events unforeseeable for the contracting authority and in accordance with the strict conditions stated in the directive: No

Additional deliveries by the original supplier ordered under the strict conditions stated in the directive: No

New works/services, constituting a repetition of existing works/services and ordered in accordance with the strict conditions stated in the directive: No

Service contract to be awarded to the winner or one of winners under the rules of a design contest: No



Purchase of supplies or services on particularly advantageous terms: Not Provided



3. Explanation

Please explain in a clear and comprehensive manner why the award of the contract without prior publication in the Official Journal of the European Union is
lawful, by stating the relevant facts and, as appropriate, the conclusions of law in accordance with the directive: (500 words maximum)
The award was given based on technical ability to provide bpha Limited with complex IT solutions, Total Mobile Solution has been implemented successfully and is not provided by any other provider. The cost of change due to the number of system integration and process changes would cause adverse cost.